HomeMy WebLinkAbout77-93 RESOLUTIONRESOLUTION NO 77-93
A RESOLUTION ACCEPTING FEDERAL GRANT OFFER 13-
05-0020-17 FOR EXTENDING THE WEST PARALLEL
TAXIWAY, BLAST PADS, OBSTRUCTION REMOVAL,
FENCING AND CONSTRUCTION OF DRAINAGE AND
GRADING IMPROVEMENTS IN THE AMOUNT OF $804,999
WITH A REQUIRED 10% LOCAL MATCH, AND APPROVAL
OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $16,666
FOR ADDITIONAL GRANT REVENUES RECEIVED
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Sectima. That the federal grant offer 13-05-0020-17 is hereby accepted for extending
the west parallel taxiway, blast pads, obshvction removal, fencing and construction of drainage
and grading improvements m the amount of $804,999 with a required 10% local match. A copy
of the grant is attached hereto marked Exhibit "A" and made a part hereof.
Sestina. The Council hereby approves a budget adjustment in the amount of 516,666
decreasing Use of Fund Balance, Acct. No. 5550 0950 4999 99 and increasing Taxiway
Extension, Acct. No 5550 3960 7820 17, Project No. 93074 0001. A copy of the buget
adjustment is attached hereto and made a part hereof.
PASSED AND APPROVED this SL day of July , 1993.
ATTEST:
BY:
/iiti4h4 S 44
Sherry L. Thomas, City Clerk
APPROVED:
BY:
•
•
•
•
GRANT AGREEMENT
FOR DEVELOPMENT PROJECT
PART 1 - OFFER
Date of Offer: JUN , 8 so Project No. 3-05-0020-17
Airport: Drake Field Contract No. DOT FA 93 SW -8126
TO: 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 June 17, 1993, 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:
Extend West Parallel Taxiway to Runway 16; Remove Obstructions; Construct
Drainage and Grading Improvements.
all as more particularly described in the property map and plans and specifications incorporated in
the said Application for Federal Assistance.
FAA Form 5100-37 (10-89) Development or Noise Program
Page 1 of 6 Pages
•
•
NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of the Airport and
Airway Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity
Expansion Act of 1987, and the Airport and Airway Safety, Capacity, Noise Improvement, and
Intermodal Transportation Act of 1992, 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, ninety percentum 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 $804,999.00.
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 which regulations and procedures as the Secretary shall
prescribe. Final determination of the United States share will be based upon the final audit of
the total amount of allowable project costs and settlement will be made for any upward or
downward adjustments to the Federal share of costs.
4. The Sponsor shall 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.
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 within thirty (30) days or such
subsequent date as may be prescribed in writing by the FAA.
FAA Form 5100-37 (10-89) Development or Noise Program
Page 2 of 6 Pages
•
•
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 judgement, to the Secretary. It shall furnish to the Secretary, upon request, all documents and
records pertaining 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.
9. Unless otherwise approved by the FAA, the Sponsor will not acquire or permit any contractor or
subcontractor to acquire any steel or manufactured products produced outside the United States
to be used for any project for airport development or noise compatibility for which funds are
provided under this grant. The Sponsor will include in every contract a provision implementing
this special condition.
10. It is mutually understood and agreed that if, during the life of the Project, the FAA determines
that the grant amount exceeds the expected needs of the Sponsor by $5,000 or five (5%) percent,
whichever is greater, the grant amount can be unilaterally reduced by letter from the FAA
advising of the budget change. Conversely, if there is an overrun in the eligible Project costs,
FAA may increase the grant to cover the amount of overrun not to exceed the statutory fifteen
(15%) percent limitation and will advise the Sponsor by letter of the increase Upon issuance of
either of the aforementioned letters, the maximum obligation of the United States is adjusted to
the amount specified.
11. If a letter of credit is to be used, the Sponsor agrees to request cash drawdowns on the authorized
letter of credit only as and when actually needed for its disbursements and to timely reporting of
such disbursements as required. It is understood that failure to adhere to this provision may
cause the letter of credit to be revoked.
12. The property map referred to on Page 1 of this Grant Agreement is the Property Map, Exhibit
"A", attached to the Application for Federal Assistance attached hereto.
13. The plans and specifications referred to on Page 1 of this Grant Agreement are the plans and
specifications approved by the FAA on May 18, 1993
FAA Form 5100-37 (10-89) Development or Noise Program
Page 3 of 6 Pages
•
•
14. The Sponsor agrees to perform the following:
a. Furnish a construction management program to FAA prior to the start of construction which
shall detail the measures and procedures to be used to comply with the quality control
provisions of the construction contract, including, but not limited to, all quality control
provisions and tests required by the Federal specifications. The program shall include as a
minimum:
1. The name of the person representing the Sponsor who has overall responsibility for
contract administration for the project and the authority to take necessary actions to
comply with the contract.
2. Names of testing laboratories and consulting engineer firms with quality control
responsibilities on the project, together with a description of the services to be
provided.
3. Procedures for determining that testing laboratories meet the requirements of the
American Society of Testing and Material's standards on laboratory evaluation,
referenced in the contract specifications (D 3666, C 1077).
4. Qualifications of engineering supervision and construction inspection personnel.
5. A listing of all tests required by the contract specifications, including the type and
frequency of tests to be taken, the method of sampling, the applicable test standard,
and the acceptance criteria of tolerances permitted for each type of test.
6. Procedures for ensuring that the tests are taken in accordance with the program, that
they are documented daily, that the proper corrective actions, where necessary, are
undertaken.
b. Submit at completion of the project, a final test and quality control report documenting the
results of all tests performed, highlighting those tests that failed or did not meet the
applicable test standard. The report shall include the pay reductions applied and reasons for
accepting any out -of -tolerance material.
FAA Fonn 5100-37 (10-89) Development or Nast Program
Page 4 of 6 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.
UNITED STATES OF AM CA
FEDERAL AVIATION AD INISTRATION
Edward N. Agnew
Manager, Arkansas/Loui a ADO
FAA Form 5100-37 (10-89) Development or Noise Program
Page 5 of 6 Pages
•
•
PART II - ACCEPTANCE
r
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 „Pi -64 day of � , 19 9 .
(SEAL)
Attest:
Title:
City of Fayetteville, Arkansas
(Name of S
By:
Title:
CERTIFICATE OF SPONSOR'S ATTORNEY
I, J E AR 1 E . Ros F , 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 4g K R N 5 its 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.
Sr
Dated at this a I 'day of Su ,19 43 . �
Signatu o[ Sponsor's Attorney
FAA Form 5100.37 (10-89) Development or Noise Program
Page 6 of 6 Pages
•
APPLICATION FOR
FEDERAL ASSISTANCE •
•
01141 Aprav11 Ma. 0741-0647
1. PATI {YwmtO
6-17-93
Aopliainl id.,.li.
FY932102
1. Wt Of W10/4001
faoae.aen
Q crewmen
•
O TbnCenti .Nfen
Pr.aCWi<apon
Q Cwyacaen
O 14+C..muction
L DATt .lCFIVO W SIAM
Suu App(ralgn L$.naee
a Call rain° 1/ atptlUy AO01CT
Ftl.aI Wanefi.
AIP 3-05-0020-17
.1.
APPLICANT WPQSAIAl1ON
Lap& Nun..
City of Fayetteville
Coganaateryl Unit
City of Fayetteville
Mena (On'. 04. countyt aunt and zip co:10
113 W. Mountain Street
Fayetteville, Washington County
Arkansas 72701
Name and sag� nun*. al IM person a r
t. arta-talon l en flanges mdv.p
ta
nu plaor* . area .>7d.)
Dale Frederick, Airport Manager
(501) 521-4750
l
0101.QT111 01NRFICATICN NyYull (Elan
0
1 [8
4
6
2
a TTPI OV &PPU01110.t
❑ Now D Citra.ron 0 Revision
II Revision. ants aoffapri.a Snarls) in taint 0 0
A haws Award S. Osman A..d C. bursar Duration
0. Daman Dlawon Over analyt
7. MK Of AP,t CANT:
A Sul.
s. C..NT
G lhnitiptl
D. Unlit
E Ylaatal
F. re.nu.4ipa1
G. Soo.l tMeict
(inter appeeprial, tens in box)
Pt r.d.o.nd.e Sena Die.
I. Sale C.maa.d rreaann a Nye arming
J. Priam Unwrstp
K rldi.n Trite
l rWMduS
Id. Papa Oq..ipdpn
N. Oder (SOoIT):
U
a MAKI OF POONA MU CT
DOT FAA SW Region, Ft. Worth, TX
Ia CATALOO Of mum O0SS01C
AUN4TA1K1 N111111R
210 I.
1 0
1
TITLE Airport Improvement Program
II. ARIAS AFFICIO 1T fROJICT (tins. manna. Pala Wet
Washington. and Benton Counties, Arkansas
11. 0112011111111 TRU Of Arf1aCAMTs P*OJECT:
Taxiway Extension, Blast Pads,,0bstruction
Removal, and Drainage and Grading Improve-
ments to Drake Field
11 0110,0110 I4 .a. T:
1a. CON0114nt10MAL OIITRICTt Of:
Slav Dasa
7-15-93
Ending Dau.
12-31-93
. Aook+m
Third
a Palled
Third
IL UITMNAIO FUMOSO:
a F.d.tl
1
804,999
.00
a AOpiant
1
44,722
c. Sum
1 44,722 m
d Papal
t
m
.
Other
B
m
It f1 AMUCATIOM wallet TO nes M STAT1 ECIOUTM ORM inn mass/
it TES TMS PREAPPUCATIOTVAPPLCAI10N WAS WADE AVAILABLE TO THE
STATE EICEWTIVE ORDER 11772 PROCESS FOR REVIEW ON.
DATE
1 NO. 0 PROGRAM IS NOT COVERED SY F.O. 12372
❑ OR PROGRAM HAS NOT SED/ SELECTED n STATE FOR REVIEW
f. Picea Nem
1
.00
p TOTAL
2 894,443 .0
0. 117111 AF0UCA11T 06111000R ON AMT Peal eon
. ❑ TN • 1 9'.L• Stahl an 111014141010ft
O
Mo
is. TO TM 11,T Of Nvf WouLf00/ gas pup. NA DATA IN ?WS YRKATgwesun ICJT1oN Ant Ma AMO CORRECT. 141000010e ma 1101 oiav
Ay1M041101011R OOT1aNIr0 SOOT OP 111f AMNCJNT AMO 111 AffIC.aNT w1lL COMPLY rill 1111 Arlan A1a11RAnCq ten AutstaNC11a *Won
♦ TTp.d Wan of Audl.u.d R.Or.M.ntalae
Fred Hanna
IItTOG
Mayor
a T&.pae Inner
501-521-7700
Authorized for Local Reproduction
. Dan inn
Jeune. 17, 1993
Stam bl124 Maw tali
Pn.m@.d OT OS/S Can -las A•102
•
I111!)A11
• DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
•
PART II
PROJECT APPROVAL INFORMATION
SECTION A
•
OMB NO. 6o.Rolea
Item 1.
Does this ossistance 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 Stote, or local
advisory, educational or health clearances?
Yes
X
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
No
(Attach Comments)
Item 4.
Does this assistance request require State, local,
regionol or other planning approval?
Yes X No
Name of Approving Agency
Date
Item 5.
Is the proposed project covered by on approved
comprehensive plan?
Yes
X
Check one: State
Local
Regional
No Location of plan
Item 6.
Will the assistance requested serve a Federol
installation?
Yes
x
Name of Federal Installation
No Federal Population benefiting from Project
Item 7.
Will the ossjstance requested be on Federal land
or installation?
Yes
X
Name of Federal Installation
Location of Federal Land
No Percent of Project
Item 8.
Will the assistance requested have an impact or effect
on the environment?
Yes
X
See instruction for additional information to be
provided.
No
Item 9.
Will the assistance requested cause the displacement of
individuals families, businesses, or farms?
Yes
X
No
Number of:
Individuals
Families
Businesses
Farms
Item 10.
Is there other related Federal assistance on this
project previous, pending, or anticipated?
Yes
X No
See instructions for additional information to be
provided.
FAA Form 5100-100 16-7D SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7
Page 2
•
•
DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION AOMINISTRATION
PART 11 - SECTION C (SECTION B omiTTE.D)
OMB NO. O4.AO2CS
The Sponsor hereby represents and certifies as follows:
I. Compatible Land Use.—The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in
the vicinity of the airport:
The Sponsor has adopted Drake Field Ordinance 2697 which regulates and restricts
all land use activities in the vicinity of Drake Field. This ordiance was
adopted January 20, 1980.
2, Defaults—The Sponsor is not in default on any obligation to the united Stites or any agency of the United States Govern-
ment relative to the development, operation, or maintenance of any airport, except as stated herewith:
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:
4. Land. -a) The Sponsor holds the following property interest in the following areas of land' which are to he developed
or used as part of or in connection with the Airport, subject to the following exceptions. encumbrances, and adverse interests.
all n( which areas are identified on the aforementioned property map designated as Exhibit "A":
The Sponsor hold fee simple title to Tract A and easements shown in Tract B of
the attached property map, Exhibit "A". Title for Tracts A and B were approved
under previous projects. Status has not changed since approval.
Land and easements td be acquired under AIP 3-0020-05-11 & 15 include easements,
Tracts C, D, F, J, G, and K; Fee Simple Tract D, E, and H.
'State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse int is
of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the
area number: shown tin the property map.
FAA Form 5100-100 (4-761
Page 3a
DEPAq;' ENT OF TRANSPORTATION - EDE AL AVIATION ADMINISTRATION
PART Il - SECTION C (Continued)
Orn° NO. 0: na--:
The Sponsor further certifies that the ahoy is based on a title examination by a qualified attorney or title company anu lit.
such attorney or title company has determined that the Sponsor holds the ,hove property interests.
(b) The Sponsor will acquire within a reasonable time. but in any event prior to the start of any construction work und.
the Project. the following property interest in the following areas of land* on which such construction work is to be per(orme.
all of which areas are identified on the aforementioned propertv 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 und.
the Project. the following property interest in the following areas of land" which are to to developed or used az part of or i
connection with the Airport as it will be upon compaction of the Project. all of which areas are identified on the aforementione
property map designated as Exhibit "A":
None
5. Exclu-ne Rights._There is no grant of an exclusive right fur the conduct of any aeronautical activity at any airport owne
or controlled Iry the Sponsor except as follows:
None
*oral.• rhamrt.•r of property interest in each nrrn and list and dewily jar each all exceptions. rneuutIrnnres. and adu erne interesr
n% etrry hind and nature. ineladin_ liens, easements. leases. ete. ?lir separate areas of hind need oaf he identified here by it
area nn niters shown nn the property trap.
FAA Form 5100-100 (4-761
Page 31
FAA AC at o6Yt
•
DEPARTMENT OF TRANSPORTATION. FEDERAL AV
M
oral 5100-100 (6 731 SUPERSEDES FAA FORM 5100 -10 PAGES 1 THRU 7
Pali* 4
PART 111 — BUDGET INFORMATION — CONSTRUCTION
SECTION A — GENERAL
1. Federal Domestic Assistance Catalog No
2. Functional or Other Breakout
20.101
AIP
SECTION B -CALCULATION OF FEDERAL GRANT
Cost Classification
Use only for revisions
Total
Amount
Required
Latest APpoved
Amount
Adjustment
4 or (-)
1. Administration expense
S 5,500
S
S
2. Preliminary expense
3. Land,structures, right-of-way
4. Architectural engineering basic fees
37,580
5. Other architectural engineering fees Testing
8, 500
6. Project inspection fees
49, 860
7. Land development
8. Relocation Expenses
9. Relocation payments
to Individuals ant Businesses
10. Demolition and reumval
11. Construction and project
improvement
793, 760
12. Equipment
13. Miscellaneous
14. Total
(Lines 1 through
13)
895, 200
15. Estimated Interim (if applicable)
16. Net Project Amount (Line 14 minus 15)
17. Less: Ineligible Exclusions
(757)
18. Add: Contingencies
19. Total Project
Amt. (Excluding
Rehabilitation Grants)
894, 443
20. Federal Share requested of Line 19
804, 999
21. Md Rehabilitation Grants Requested
(100 Percent)
22. Total Federal
grant requested (Lines 20 & 21)
804, 999
23. Grantee share
89,444
24. Other shares
25. Total project(Lines 22,23&24)
S 894,443
S
S
oral 5100-100 (6 731 SUPERSEDES FAA FORM 5100 -10 PAGES 1 THRU 7
Pali* 4
DEIdAP.TMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION
7Ma NO. ao.R ale
SECTION C — EXCLUSIONS
•
26
Classification
Ineligible for
Pet is coat icon
(11
Eecluded from
Contingency Provision
- (21
$
$
b.
c.
d.
.
f.
9.
Totals
$
$
SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE
27. Grantee Share
S
a. Securities
b. Mortgages
c. Appropriations (By Applicant)
d. Bonds
44,722
e. Tax Levies
f. Non Cash
g. Other (Explain)
h. TOTAL — Grantee share
44,722
2R. Other Shares
a. State
44,722
b. Other
c. Total Other Shares
23. TOTAL (If State grant is not approved, Grantee's share will be..)
44,722
S 89,444
SECTION E — REMARKS
These documents are attached and incorporated herein:
1. Property Map Exhibit "A" dated June, 1991.
2. Standard DOT Part V Assurances and Title VI Assurances.
These documents are herein incorporated by reference:
1. Plans and Specifications approved by FAA, May 17, 1993.
PART IV PROGRAM NARRATIVE (Attach — See Instructions)
FAA Form 5100.100 19-731 SUPERSEDES FAA FORM 5100.10 PAGES 1 THRU 7
FAA AC 134225
Paye 5
0
H
>+
Z W
H ,
Z
0 O z -
- a 0 -
aw
44444
ti
V)
U
F V
z=
•
<
X o
111
>- -
LL
CL
uU u
CL
0 <
O <
C C
a-.
Ux
<
V)r
C <
W t:
7_
U
w
U
.Z -z .
V] It/
o j
0 0
Z•
Z
.-1
U
XLI a
0
0'
rn
0'
W
z
W
6 Z
O
z
0
U 1+H
H H
> 56
wagal
TECTION ZO
•
•
•
PARI' V
ASSURANCES
AIRPORT SPONSORS
A. GENERAL
1. These assurances shall be complied with in the performance of grant agreements for airport development. airport planning,
and noise compatibility program 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, as amended by the Airport and Airway Safety and Capacity
Expansion Act of 1987, or the Aviation Safety and Noise Abatement Act of 1979. As used herein. the term public agency
sponsor means a public agency with control of a public -use airport; the term private sponsor owner of a public -use airport, and
the term sponsor includes public sponsors and private sponsors.
3. Upon acceptance of the grant offer by the sponsor, these assurances are incorporated in and become part of the grant
agreement.
B. DURATION AND APPLJCABILITY
1. Airport Development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The tents,
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 compatibility program project, or throughout the useful
life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed
twenty (20) years from the datc 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.
2. Airport Development or Noire Compatibility Program Projects Undertaken by a Private Sponsor. The preceding paragraph 1
also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of
facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no
less than 10 years from the date of the acceptance of Federal aid for the project.
3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in the grant agreement, only Assurances 1, 2, 3, 5, 6,
13. 18, 30, 32, 33. 34, and 36 in Section C apply to planning projects. The terms. conditions, and assurances of the grant
agreement shall remain in full force and effect during the life of the project.
C. SPONSOR cJ3X II'ICATION. 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 U.S.C. 1301, et seg.
b. Davis -Bacon Act - 40 U.S.C. 276(a) et )
sept
c. Federal Fair Labor Standards Act of 1938 - 29 U.S.C. 201, ct sem.
d. Hatch Act - 5 U.S.C. 1501. et sere ? rand 2
e. Uniform Relocation Assistance and Real Property Acquisition Policies ofAct1970 - 42 U.S.C. 4601 et y.
f. National Historic Preservation Act of 1966 Section 106 - 16 U.S.C. 470(Q)
g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469C)
1, Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a)
i. Rehabilitation Act of 1973 - 29 U.S.C. 794.
j. Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d through d-4.
k. Aviation Safety and Noise Abatement Act of 1979, 49 U.S.C. 2101 et seq.
I. Age Discrimination Act of 1975 - 42 U.S.C. 6101 et _sig.
m. Architectural Bathers Act of 1968 - 42 U.S.C. 4151 etmeg)
n. Airport and Airway Improvement Act of 1982, as amended - 49 U.S.C. 2201 et m.
o. Powerplant and Industrial Fuel Use Act of 1978 - Section 403 - 2 U.S.C. 83737
p. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et Leg)
q. Copeland Antikickback Act - 18 U.S.C. 874)
r. National Environmental Policy Act of 1969 - 42 U.S.C. 4321 et sett
)
s Endangered Species Act - 16 U.S.C. 668(a), et
t. Single Audit Act of 1984 - 31 U.S.C. 7501 et seg
u. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706.
Airport Assurances (10-89, As amended)
Page 1 of10 ASW -PP -A-1
•
•
•
•
•
•
Executive Orden.
Executive Order 12372 - Intergovernmental Review of Federal Programs
Executive Order 11246 - Equal Employment Opportunity
Federal Regulations
a. 49 CFR Part 18 - Uniform Administrative Requirements for Grants and Cooperative Agreements to Slate and Local
Governments?
b. 49 CFR Part 20 - Restrictions or Lobbying.
c. 49 CFR Pan 21 - Nondiscrimination in Federally -Assisted Programs of the Department of Transportation - Effectuation
of Title VI of the Civil Rights Act of 1964.
d. 49 CFR Part 23 - Participation by Minority Business Enterprise in Department of Transportation Programs.
e. 49 CFR Part 24 - Uniform Relocation Assistance and Real Property Acquisition Regulation for Federal and Federally
assisted Programs1 and 2
f. 49 CFR Part 27 - Non -Discrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from
Federal Financial Assistance)
g 49 CFR Part 29 - Debarments Suspensions and Voluntary Exclusions.
h. 49 CFR Part 30 - Denial of Public Works Contracts to Suppliers of Goods and Services of Countries That Deny
Procurement Market Access to U.S. Contractors.
i. 29 CFR Part 1 - Procedures for Predetermination of Wage Rates)
j. 29 CFR Part 3 - Contractors or Subcontractors on Public Buildings or Public Works Financed in Whole or Pan by Loans
or Grants from U.S)
k. 29 CFR Part 5 - Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction)
I. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of
Labor (Federal and Federally -assisted Contracting Requirements))
m. 14 CFR Part 150 - Airport Noise Compatibility Planning.
Office d Management and Budget Circulars (OMB).
a. A-87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments?
b. A-128 - Audits of State and Local Governments?
These laws do not apply to airport planning sponsors.
2 These laws do not apply to private sponsors.
349 CFR Part 18 and OMB Circular A-87 contain requirements for State and local govemments receiving Federal
assistance. Any requirement levied upon Slate and local governments by this regulation and circular shall also be
applicable to private sponsors receiving Federal assistance under the Airport and Airway Improvement Act of 1982, as
amended.
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.
a. Public Agency 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.
b. Private Sponsor It has legal authority to apply for the grant and to finance and carry out the proposed project and
comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and
shall in writing direct and authorize that person to file this application, including all understandings and assurances
contained therein; 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 coals 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.
a. 11 holds good title, satisfactory 10 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.
b. For noise compatibility program 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.
Airport Assurances (10-89, As amended)
Page 2 of 10 ASW -PP -A-1
•
S. Preoerving Rights and Power.
a. At 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 compatibility program project, that portion of thc 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 teens, conditions, and assurances contained in this
grant agreement.
c. For all noise compatibility program 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 the 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 compatibility program 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. For noise compatibility program 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 teens of the agreement.
e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to
function as a public -use airport in accordance with these assurances for the duration of these assurances.
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 10 ensure that the airport will be
operated and maintained in accordance with the Airport and Airway Improvement Act of 1982, the regulations and the
lens, conditions and assurances in the grant agreement and shall ensure that such arrangement also requires compliance
therewith.
6. Consistency with foal Plana 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 looted to plan for the development of
the arca surrounding the airport. For noise compatibility program 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 that project and the project is
reasonably consistent with the agency's plans regarding thc property.
7. Consideration of Local Interest. It has given bit consideration to the interest of communities in or near which the project may
be looted.
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 Hearin p. In projects involving the location of an airport, an airport runway, or a major runway extension, it has
afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of
the airport or runway location and its consistency with the goals and objectives of such planning as has been carried out by the
community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary.
Further, for such projects, it has on its management board either voting representation from the communities when the
project is located or has advised the communities That They have thc right to petition the Secretary concerning a proposed
project.
10. Air and Water Quality Srandands In projects involving airport location, a major runway extension. or runway location it wi8
provide for the Governor of the state in which the project is located to certify in writing 10 thc 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.
Airport Assurances (10-89, As amended)
Page 3 of 10 ASW -PP -A-1
•
•
11. Los Approval In projects involving the construction or extension of any runway at any general aviation airport located
astride a line separating two counties within a single state, it has received approval for the project from the governing body of
all villages incorporated under the laws of that state which are located entirely within five miles of the nearest boundary of the
airport.
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 to passengers enplaning or deplaning from
aircraft other than air carrier aircraft.
11 Accounting Syaacm. Audit, and Raomdkeeping 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 Single Audit Act of 1984.
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
arc pertinent to the grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any ase
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.
15. Vaemoa 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 ensure that, in the employment of labor (except in executive, administrative,
and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in
Section 515(c)(1) and (2) of the 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 Specification 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.
It Plannieg Projects In carrying out planning projects:
a. It will execute the project in accordance with the approved program narrative contained in the project application or with
modifications similarly approved.
b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work
activities.
It will include in all published material prepared in connection with the planning project a notice that the material was
prepared under a grant provided by the United States.
d. It will make such material available for examination by the public, and agrees that no material prepared with funds under
this project shall be subject to copyright in the United States or any other country.
Airport Assurances (10-89, As amended)
Page 4 of 10 ASW -PP -A -
•
e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material
prepared in connection with this gram.
f. It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their
subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of
professional services.
g. It will grant the Secretary the tight to disapprove the use of the sponsor's employees to do all or any part of the project.
h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning
material developed as part of this grant does not constitute or imply any assurance or commitment on the part of the
Secretary to approve any pending or future application for a Federal airport grant.
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. Any proposal to temporarily close the airport for nonaeronautical purposes must first be
approved by the Secretary. The airport and all facilities which are necessary 10 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 compatibility program items that it owns or controls upon which Federal funds
have been expended.
20. Hazard Removal and Mitiption. It will take appropriate action to assure that such terminal airspace as is required to prosect
instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and
protected 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. Campabble land Use. 11 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 compatibility program
implementation, it will not cause or permit any change in land use, within its jurisdiction, 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 Nondisaimioafion
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 othcr arrangement under which a right or privilege at the airport is granted to any
person, firm, or corporation to conduct or cnpge in any aeronautical activity for furnishing services to the public at the
airport, the sponsor will insert and enforce provisions requiring the contractor to —
(1) furnish said services on a fair, equal, and not unjustly discriminatory basis to all users thereof, and
(2) charge fair, reasonable, and not unjustly discriminatory prices for each unit or service, provided, that the contractor
may be allowed to maks reasonable and nondiscriminatory discounts, rebates, or other similar types of price
reductions to volume purchasers.
Airport Assurances (10-89, As amended)
4
Page 5 of 10 ASW -PP -A-1
•
1
•
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 thc 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 with respect to facilities directly and substantially related to providing air transportation 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 signatory carriers and nonsignatory carriers. Classification or status as
tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations
substantially similar to those already imposed on air carriers in such classifications or status.
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.
a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such
services, and
b. 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 that it will not, either directly or indirectly, grant or permit any person, firm or corporation the exclusive right
at the airport, or at any other airport now owned or controlled by it, to conduct any aeronautical activities, including, but not
limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and
surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in
conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts. and any other activities
which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it
will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any
assistance under the Airport and Airway Improvement Act 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, thc 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. 1f the airport is under the control of a public agency, all revenues generated by the airport and any local
taxes on aviation fuel established after December 30, 1987, 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 and substantially related to the actual air transportation of passengers or property, or for noise mitigation
purposes on or off the airport. Provided, however, that if covenants or assurances in debt obligations issued before September
3, 1982, by the owner or operator of thc airport, or provisions enacted before September 3, 1982, 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 (and, in the case of a public airport,
local taxes on aviation fuel) shall not apply.
Airport Assurances (10.89, As amended) Page 6 of 10
ASW -PP -A -
•
•
a Reports and Inspections. It will submit to the Secretary such annual or special financial and operations reports as the
Secretary may reasonably request. A report of the airport budget will be available to the public at reasonable times and
places. For airport development 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 compatibility program 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 Government Aircraft It will make available all of the facilities of the airport developed with Federal financial
assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in
common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial. charge may be
made for a reasonable share, proportional to such use for the cost of operating and maintaining the facilities used. Unless
otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an
airport by government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the
opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any
calendar month that—
a. Five (5) or more government aircraft are regularly bascd 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.
a Lead kir 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 (herein, 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.
a. It will keep up to date at all times an airport layout plan of the airport showing (1) boundaries of the airport and all
proposed additions thereto. together with the boundaries of all offsite areas owned or controlled by the sponsor for
airport purposes and proposed additions thereto; (2) the location and nature of all existing and proposed airport facilities
and structures (such as runways, taxiways, aprons, terminal buildings, hangars, and roads), including all proposed
extensions and reductions of existing airport facilities; and (3) the location of all existing and proposed nonaviation areas
and of all existing improvements thereon. Such airport layout plan and each amendment, revision, or modification
thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly
authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any
changes or alterations in the airport or in any of its facilities which are not in conformity with the airport layout plan as
approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility, or efficiency
of the airport.
b. If a change or alteration in the airport or its facilities is made which the Secretary determines adversely affects the safety,
utility, or efficiency of any Federally owned, leased. or funded property on or off the airport and which is not in
conformity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested by the
Secretary (1) eliminate such adverse effect in a manner approved by the Secretary, or (2) bear all costs of relocating such
property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or
replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change
in the airport or its facilities.
30. Gvil Rights It will comply with such rules as are promulgated to assure that no person shall, on the grounds of ace, 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 Federal financial assistance is to provide, or is in the form of personal property or teal
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.
Airport Assurances (10-89, As amended)
Page 7 of 10 ASSY-PP-A-1
r
•
•
31. Disposal d Land.
•
a. For land purchased under a grant for airport noise compatibility purposes, it will, when the land is no longer needed for
such purposes, dispose of such land at fair market value at the earliest practicable time. That portion of the proceeds of
such disposition which is proportionate to the United States share of the cost acquisition of such land will, at the
discretion of the Secretary, (1) be paid to the Secretary for deposit in the Trust Fund or (2) be reinvested in an approved
noise compatibility project as prescribed by the Secretary.
b. (1) For land purchased under a grant for airport development (other than noise compatibility) purposes, it will, when the
land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the
Secretary an amount equal to the United States proportionate share of the fair market value of the land. That
portion of the proceeds of such disposition which is proportionate to the United States share of the cost of
acquisition of such land, will, (a) upon application to the Secretary, be reinvested in another eligible airport
improvement project or projects approved by the Secretary at that airport or within the national airport system, or
(b) be paid to the Secretary for deposit in the Trust Fund if no such eligible project exists.
(2)
Land shall be considered to be needed for airport purposes under this assurance if (a) it may be needed for
aeronautical purposes (including runway protection zone) or serves as noise buffer land, and (b) the revenue from
interim uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a
grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport
purposes if the Secretary or the Federal agency making such grant before December 1, 1987, was notified by the
operator or owner of the use of such land, did not object to such use, and the land continues to be used for that
purpose, such use having commenced not later than December 15, 1989.
c. Disposition of such land under (a) or (b) will be subject to the retention or reservation of any interest or right therein
necessary to ensure that such land will only be used for purposes which arc compatible with noise levels associated with
the operation of the airport.
32. Engineering and Design Services. It will award each contract, or subcontract for program management, construction
management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying,
mapping, or related services with respect to the project in the same manner as a contract for architectural and engineering
services is negotiated under Title IX of the Federal Property and Administrative Services Act of 1949 or an equivalent
qualifications -based requirement prescribed for or by the sponsor of the airport.
33 Foreign Market Restriction. It will not allow funds provided under this grant to be used to fund any project which uses any
product or service of a foreign country during the period in which each foreign country is listed by the United States Trade
Representative as denying fair and equitable market opportunities for products and suppliers of the United States in
procurement and construction.
34. Policia, Standards, and Specifications. It will carry out the project in accordance with policies, standards, and specifications
approved by the Secretary including but not limited to the advisory circulars listed in the "Current FAA Advisory Circulars for
All" Projects," dated Norember 27, 1992, and included in This grant, and in accordance with applicable state policies, standards,
and specifications approved by the Secretary.
35. Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property, to the greatest extent practicable
under State law, by the land acquisition policies in Subpart 13 of 49 CFR Part 24 and will pay or reimburse property owners
for necessary expenses as specified in Subpart B. (2) It will provide a relocation assistance program offering the services
described in Subpart C and fair and reasonable relocation payments and assistance to displaced persons u required in
Subparts D and E of 49 CFR Part 24. (3) 1t will make available within a reasonable period of time prior to displacement
comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24.
36. Drug -Free Workplace. 1t will provide a drug -fret workplace at the site of work specified in the grant application in accordance
with 49 CFR Part 29 by (1) publishing a statement notifying its employees that the unlawful manufacture, distribution,
dispensing, poramion or use of a controlled substance is prohibited in the sponsor's workplace and specifying the actions that
will be taken against its employees for violation of such prohibition: (2) establishing a drug-free awareness program to inform
its employees about the dangers of drug abuse in the workplace and any available drug counseling, rehabilitation, and
employees assistance programs: (3) notifying the FAA within ten days after receiving notice of an employee criminal drug
statute conviction for a violation occurring in the workplace: and (4) making a good faith effort to maintain a drug-free
workplace.
Airport Assurances (10-89, As amended)
Page 8 of 10 ASW -PP -A-1
•
•
1
•
•
CURRENT FAA ADVISORY CIRCULARS FOR AIP PROJECIS
FZcuise Date: November 27, 1992
NUMBER SUEUECT
70/7460-1G
150/5100-14B
CHG1
150/5200.30
CHGI&2
150/5210-5B
150/5210-7B
150/5210-14
150/5210-15
150/52204A
150/5220-10
CHG1&2
150/5220-11
150/5220-12
150/5220-13A
150/5220-14A
150/5220-15
150/5220-16
150/5220-17
150/5300-13
150/5320-5B
150/5320-6C
CHGI&2
150/532012A
150/5320-14
150/5325-4A
CHG 1
150/5340-1F
150/5340-4C
CHG1&2
150/5340-513
CHG 1
150/5340-14B
CHG1&2
150/5340.17B
150/5340-18C
150/5340-19
150/5340-21
150/5340-23B
150/5340-24
CHG 1
150/5340-27A
150/5345-3D
150/5345-5A
150/5345-7D
CHG 1
150/5345-10E
150/5345-12C
150/5345-13A
150/5345-26B
CHG1&2
150/5345.27C
150/5345-28D
150/5345-39B
CHG 1
150/5345-42C
150/5345-43D
150/5345-44D
150/5345-45A
150/5345-46A
150/5345-47A
150/531549A
Obstruction Marking and Lighting
Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects
Airport Winter Safety and Operations
Painting, Matting and Lighting of Vehicles Used on an Airport
Aircraft Fire and Rescue Communications
Airport Fire and Rescue Personnel Protective Clothing
Airport Rescue and Firefighting Station Building Design
Water Supply Systems for Aircraft Fire and Rescue Protection
Guide Specification for Water/Foam Type Aircraft Fire and Rescue Trucks
Airport Snowblower Specification Guide
Airport Snowsweeper Specification Guide
Runway Surface Condition Sensor Specification Guide
Airport Fire and Rescue Vehicle Specification Guide
Buildings for Storage and Maintenance of Airport Snow Removal and Ice Control Equipment: A Guide
Automated Weather Observing Systems for Non -Federal Applications
Design Standards for Aircraft Rescue Fire -fighting Training Facilities
Airport Design
Airport Drainage
Airport Pavement Design and Evaluation
Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces
Airport Landscaping for Noise Control Purposes
Runway length Requirements for Airport Design
Marking of Paved Areas on Airports
Installation Details for Runway Centerline Touchdown Zone Lighting Systems
Segmented Circle Airport Marker System
Economy Approach Lighting Aids
Standby Power for Non -FAA Airport Lighting Systems
Standards for Airport Sign Systems
Taxiway Centerline Lighting System
Airport Miscellaneous Lighting Visual Aids
Supplemental Wind Cones
Runway and Taxiway Fdgc Lighting System
Air -To -Ground Radio Control of Airport Lighting Systems
Specification for L-821 Panels for Remote Control of Airport Lighting
Circuit Selector Switch
Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits
Specification for Constant Current Regulators Regulator Monitors
Specification for Airport and Heliport Beacon
Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits
Specifications for L-823 Plug and Receptacle, Cable Connectors
Specification for Wind Cones Assemblies
Precision Approach Path Indicator (PAP1) Systems
FAA Specification L-853, Runway and Taxiway Centerline Retroflective Markers
Specification for Airport Light Bases, Transformer Housings, Junction Boxes and Accessories
Specification for Obstruction Lighting Equipment
Specification for Taxiway and Runway Signs
Lightweight Approach Light Structure
Specification for Runway and Taxiway Light Futures
Isolation Transformers for Airport Lighting Systems
Specification L-854, Radio Control Equipment
Airport Assurances
(10-89, As amended)
•
Page 9 of 10 ASW -pp -A-1
•
•
•
•
CURRENT FAA ADVISORY CIRCULARS FOR ATP PROJECTS
(Continued)
NUMBER SUBJECT
150/5345-50 Specification for Portable Runway Lights
CHG I
150/5345-51 Specification for Discharge Type Flasher Equipment
CHG 1
150/5345-52 Generic Visual Glideslope Indicators (GVGI)
150/5360-9 Planning and Design of Airport Terminal Facilities at Non -Hub Locations
150/5360-12 Airport Signing and Graphics
150/5360-13 Planning and Design Guidance for Airport Terminal Facilities at Non -Hub Locations
150/5370-2C Operational Safety on Airports During Construction
150/5370-6B Construction Progress and Inspection Report -Airport Grant Program
150/5370-10A Standards for Specifying Construction of Airports
150/5370-11 Use of Nondestructive Testing Devices in the Evaluation of Airport Pavements
CHG 1
150/5370-12 Quality Control of Construction for Airport Grant Projects
150/5390-2 Heliport Design
150/5390-3 Vertiport Design
rport Assurances (10-89, As amended)
•
Page 10 of 10 ASW-PP-A-
•
City of Fayetteville, Arkansas
Budget Adjustment Form
•
•
Budget Year
1993
Department:
Division:
Program:
General Administration
Airport
Capital
Date Requested
July 1, 1993
Adjustment #
Projector Item Requested:
Increase the budget for the Federal Grant Project
(AIP #17) which includes a taxiway extension,
blast pads, obstruction removal, drainage and
grading.
Project or Item Deleted:
n/a
Justitic:nwnotthislncrcase: The estimated grant revenues JustitcationofthisDecrease:
came in higher than expected due to the
tremendous passenger traffic growth in 1992. The
anticipated project costs will not require the use
n/a
of the $16,666, however FAA has required a
commitment of all 1991-1992 entitlement funds for
project of the $16,666. Ninety percent will be
funded by the Federal Grant and a matching five
percent grant will be requested from the State
Aeronautics Commission, leaving the local share of
the 516,666 at $750, however use of these addl
funds are not anticipated.
Account Name Amount Ae cunt Number Project Number
Taxiway Extension $16,666.00 5550 3960 7820 17 93074 0001
Decrease
Account Name Amount Account Number Protect Number
Use of Fund Balance $16,666.00 5550 0950 4999 99 n/a
Approval Signatures
guested By
Budget Coor' dinator
4..E314-4 ^ C2 7-z- 93
Departmpenn Director
-Y.%)
Admin. Services Dafctor
Mayor
Budget Office Use Oak
Type: A B C D EP
Date et Approval
Pasted to Omni Ledger
Entered In OategotyLog
Budget Office Copy
1
1
1
1
1
1
1
1
1
1
1
CONSTRUCTION SPECIFICATIONS 'llgpge
FOR
TAXIWAY EXTENSION
BLAST PADS, OBSTRUCTION : REMOVAL
AND
DRAINAGE AND GRADING IMPROVEMENTS
TO
DRAKE FIELD
YETTEVII.LE MUNICIPAL
AIRPORT
FA YETTEVILLE, ARKANSAS
1
1
AIP PROJECT NO.
3454020-17
FY932102
MAY, 1993
Prepared By:
AtIE
=5: ---
ARIL'
RE
McClelland Consulting Engineers, Inc.
1810 North College, P.O. Box 1229
Faydta+>Nk, Arkasu 72702-1229
(601) 443-2371
YN
win
ADDENDUM NO. 1
Taxiway Extension, Blast Pads,
Obstruction Removal, and
Drainage and Grading Improvements
Drake Field
Fayetteville, Arkansas
AIP 3-05-0020-17
Project No. FY932102
The original Plans and Specifications dated May, 1993 for the
project are amended as noted in this Addendum. Receipt of this
Addendum shall be acknowledged on the Proposal. This Addendum
consists of 21 pages.
Changes to the Specifications
Item No. 1 Change Bid Item No. 27 on Page 5 of the Proposal to
Read "18" Corrugated Steel Pipe.
Item No. 2 Delete Paragraph 908-2.1 e of Item T-908 in its
entirety and insert the following paragraph:
e. Erosion Control Matting. Open weave geotextile
for erosion control. The material shall consist of
a flexible open weave geotextile manufactured from
perpendicular rows of photo -degradable
polypropylene yarn with uniform openings. The
material shall be packaged to provide suitable
protection for outdoor storage with no
deterioration of the yarn or interwoven paper.
The material shall be furnished in rolled strips
meeting the following requirements:
Width 4' or 12'6"
Weight Minimum 0.085 lbs per sq. yard.
Item No. 3 The following section of Specifications are added
to the Project Specifications for the Force Main
relocation. Add Sections 15000, 15001 and 15002 as
noted as attached pages AI -8 through AI -21. The
Force Main relocation cost shall be subsidiary to
the cost for Bid Item 8, Ditch Channel Excavation
Segment "B".
Changes to the Plans
Item No. 4 Refer to attached Page AI -3 from Sheet 2 indicating
the location of the Contractors Access to the
taxiway Construction area. The access by the Fire
Station and Fuel Farm will be limited to times
other than 11:00 AM to 1:00 PM Monday thru Friday.
Item No. 5 Refer to Attached Page AI -4 from Sheet 3 for the
taxiway extension Sta 12+45 to Sta 13+70
indicating the area for pavement milling to provide
planned finished grades and taxiway cross-sections.
Item No. 6 Refer to the new Grate Inlets on Sheet 3. Install
10 foot x 10 foot solid sodding around new inlets
and a 10 foot x 4 foot section of solid sodding at
existing inlets overt new pipe locations.
Item No. 7 Refer to attached Page AI -5 from Sheet 7 indicating
the location of Airfield Sign No. 16 at the
Northwest corner of the intersection of Taxiway "D"
and the Runway.
Item No. 8 Refer to the Attached Page AI -7 from Sheet 10
indicating the location of Ditch Channel Segment
"A"
•
Item No. 9 Refer to the Attached Page AI -7 from Sheet 12
indicating the location of Ditch Channel Segment
nAn
Item No. 10 Refer to attached Page AI -6 from Sheet 10 for the
plan and cross-section of the 4 -inch Sanitary Force
Main relocation in Segment "B" of the Ditch Channel
Excavation.
Except as expressly amended herein, the Plans and Specifications
shall remain in effect as originally released.
z• :_ D CONS iTING ENGINEERS INC.
7 ayne Jone-, P.E.
June 9, 19=3
Apron Expand°n�
oat -
U.S. HIGHWAY 71
PROPOSED BLAST PAD AND
TAXIWAY
I
TENSION
tNKANS
TO
TOR'S;;:: ACCESS
/:OO .'O pm
Contractor's Alternate Access
Route (11:00 A.M. - 1:00 P.M.)
Contractor shall use existing
curb cut, install chain link
gate to match existing fence
height and install temporary
access road within 20 feet of
fence.
Refer to Sheet 2
AI -3
PROPOSED
TAXIWAY
It
•
i�
BOSS TAXIWAY LIGHTS
AND AIRFIELD OMB
TO BE FHACATED (TYP)
r i •2ifijj 1, 125
II altifilltat
i �;`;;�• .TE ATEA ofEXt16'XNOASPHALT� FECTED BY PAOPOB� diADE CHANOE8
`_,ffsfaflsaatsap
Fimpostair act
• ?di±Fii X1
NWWYE-4
_E OAATE RA.ET NO2
TOP ELEV. Am 60 0
TOP E.
1
0
w
Refer to Sheet 3
AI -4
H
I
I
I
I
J
1I
I
I ,
IJ
I
1]
I
I
[1
I
Refer to Sheet 7
[I
AI -5
I
500 50. YDS. Of -if' DEEP ;n ''', • _ 29
RIP.rRAP ON SIDE SLOPES " _ 28 00 ,�i" ;
Of C+IANNEL. START AT STA. 25.40 L_ 27+00
00'
r 500
13+00
. N
G 10C1T1ed
I ..0
2t4411
4 G Ice
N.-..
: >.. 10
I' 6'F! 25+00 i . 0 WEE N,PROPERRTY L..a 2.95' _
jam, "'r, 53. 2t W _ 50
( YPE• 1^c.
3.86 34' E
1 I ALTERNATE4' CHAIN LINK63' / � FENCE LOCATION
4"Force MA,n 1Celoc4170n
F/Rn
1B° elprnp
1' Ev51109 'i"1
RL. Forte1>7k117
¢o' Channel
Il4 &nd 45°17cnds
s'
4°Trnnsihon
Qe�ocyt'ej �}` !1 Bend Coapn9
C -70p �G 49 IF. sf Cone• Ene�sernenl (rYg)
(five D. F6° R11 sloes)
Force Mhho1
Cross Sachon o ChHnnei f3"
5 Tl3. 2-5-1-50
Scale: Hera.
Ve rfi 1'._ 5'
Refer to Sheet 10
AI -6
��_ Ir 1520 50. YOS. OF 18" DEEP
( RIP -RAP ON SIDE SI,OPES OF
ay7T- ti_ _ MAIN ANV P8017011
AT
ONSIDESAND 8017011
` n JUNCTI N Of SIDE CHANNEL.
Lilt-- 40+00 START IP—RAP AT STA. 38+60
— R
"---"'---` AND END RIP —RAP Al STA. 40+00
STA. 38+50 CONSTRUCT
' I CHANNEL CROSSING (SEE
orZI NSHEET FOR DETAILS),
, 38+00 N.
' 39+00
•/
37+00 /
ill 1\
•.,
DITCH CHANNEL •1'
Ip 350 50. DS. Or 16-
SEGMENT - • ,�''� RIP -RAP T JUNCTION
5TA. 32+00 TO STA. 40+00 4' CHANNEL. PROVIDE RIP
?IDDE SLOPS AND 8071
Refer to Sheet 10
• ' ;•: ' 1 1
i! f ,•
S
1 1 • 1 1 � 1 1
14 i,
11 trE
� .,
M
u • ' •+�
-� 11,cI \ ;.'4'\
Refer to Sheet 13
AI -7
SECTION 15000
SEWER PIPE - GENERAL
PART 1 GENERAL
1.01 SCOPE
A. This Section covers all work necessary for the
installation of sewer force main pipe and fittings of the
sizes and classes indicated.
1.02 DEFINITIONS - PIPE ZONE
A. "Pipe Zone" is defined as the area from the bottom of the
trench to 6 -inches above the pipe.
1.03 PROTECTION OF SEWERS
A. Take adequate measures to prevent the impairment of the
operation of the existing sewer system. Prevent
construction material, pavement, concrete, earth, or
other debris from entering a sewer or sewerage structure.
1.04 PROTECTION OF WATERWAYS
' A. The Contractor shall observe the regulations of the State
of Arkansas and agencies of the United States Government
prohibiting the pollution of stream or river waters by
'dumping any refuse, rubbish, or debris therein.
B. All sewage flow interfering with construction and
requiring diversion, shall be diverted to sewers leading
to water pollution control plants and shall not be
directed to any waterway. The Owner does not accept any
responsibility for any damages to public or private
property resulting therefrom. Such responsibilities
remain with the Contractor. The Contractor shall be
responsible for providing an approved method which will
handle, carry through, or divert around his work all
flows, including storm flows so as to prevent flooding
damage to the property.
1.05 MAINTENANCE OF SEWAGE FLOW IN EXISTING LINES
A. During the construction process, the discharge of raw
'
sewage from existing lines as a result of breaking or
removal of these lines by the Contractor shall not be
permitted. The Contractor shall be required to install
Itemporary piping, temporary pump stations or other
Section 15000 - 1
AI -S
I
' facilities as necessary to maintain sewage flow in areas
where the construction activities would otherwise lead to
I. raw sewage discharge.
1.06 SEQUENCE OF CONSTRUCTION FOR TIE-IN
IA. Throughout the construction project care must be taken to
minimize interference with normal facility operation. No
overflows or bypasses will be allowed.
The tie-in of the new force main to the existing force
main requires special consideration. To minimize damage
to the environment and interference with the normal
' function of the collection system two plans for the tie-
in are presented below. The Contractor is invited to
develop an alternate plan and submit it to the Owner for
written concurrence.
It is understood that before the tie-in is made, the
' force main will have been constructed up to the
connection locations, satisfactorily pressure tested,
etc., and ready for service. The time taken to make the
tie-in will be held to a minimum.
B. Plan No. 1: The existing force main will be emptied to
the wet well of the pump station by opening the check
valve(s) on the intake side of the pump(s).
The returning sewage will be pumped into a tank truck and
trucked to the manhole at Airport Pump Station North of
' the Terminal Building.
Meanwhile, the gravity sewer leading to the wet well will
' be plugged at the first manhole. All sewage flow into
this manhole will then be pumped and trucked to the
gravity manhole mentioned above.
PART 2 PRODUCTS
2.01 GENERAL
A. Sizes and types of sewer pipe to be used in all locations
are indicated on the Drawings.
B. PIPE, FITTINGS, AND JOINTS
' To assure uniformity and compatibility of piping
components in piping systems, fittings and couplings
shall be furnished by the same manufacturer.
Section 15000 - 2
I
AI -9
I
2.02 CONCRETE FOR ENCASEMENT AND BLOCKING
I
I
U
I
I
A. Concrete for thrust blocking and encasement shall have a
minimum compressive strength of 2,500 psi at 28 days.
2.03 GRANULAR FILL
A. Imported GRANULAR FILL shall be 1 -1/2 -inch minus crushed
gravel or crushed rock, free from dirt, clay balls, and
organic material, well graded from coarse to fine,
containing sufficient finer material for proper
compaction, and less than 8 percent by weight passing the
No. 200 sieve. Arkansas Highway and Transportation
Department classification "Class -7 Base" shall qualify
as GRANULAR FILL material.
2.04 GRANULAR PIPE BASE AND PIPE ZONE MATERIAL
A. Granular pipe base and pipe zone material, as required by
the typical trench details on the Drawings, shall be
GRANULAR FILL, or materials meeting the requirements of
ASTM D2487, Class I and Class II embedment materials.
' 2.05 BACKFILL ABOVE THE PIPE ZONE
r 1
I
I
r]
I
A. Materials from the excavation containing no particles
larger than 6 -inch diameter, free from roots, debris, and
organic material.
2.06 STORAGE AND PROTECTION
A. Store products in accordance with manufacturer's
instructions, with seals and labels intact and legible.
Store sensitive products in weather -tight enclosures;
maintain within temperature and humidity ranges required
by manufacturer's instructions.
For exterior storage of fabricated products, place on
sloped supports above ground. Cover products subject to
deterioration with impervious sheet coverings; provide
ventilation to avoid condensation.
PART 3 EXECUTION
3.01 PREPARATION OF TRENCH
A. Provide granular material under all buried sewer pipe as
shown on details on the Drawings. Place base for pipe in
the trench to a depth which allows excavation of bell
holes, but to a minimum depth of 6 -inches. Grade the top
Section 15000 - 3
I
I AI -10
I
of the base to the bottom of the pipe ahead of pipe
laying for the full width of the trench. Base shall
provide a firm, unyielding support along entire pipe
'length.
B. Excavate bell holes at each joint to permit proper
assembly and inspection of entire joint. Bell holes
shall be of sufficient depth to preclude direct bearing
of bell on bottom of trench.
C. PIPE COVER
Minimum pipe cover shall be 3 feet unless otherwise
indicated. Where minimum cover cannot be attained, the
pipe must be encased in concrete. See drawings for
typical encasement detail. Locations of encasement
' appear on Drawings or may be indicated by the Engineer
during construction.
' 3.02 PIPE DISTRIBUTION
A. Distribute material on the job no faster than it can be
used to good advantage. Unload pipe which cannot be
' physically lifted by workers from the trucks, by a
forklift, or other approved means. Do not drop pipe of
any size from the bed of the truck to the ground.
3.03 PIPE PREPARATION AND HANDLING
A. Inspect all pipe and fittings prior to lowering into
'
trench to ensure no cracked, broken, or otherwise
defective materials are being used. Clean ends of pipe
thoroughly. Remove foreign matter and dirt from inside
of pipe and keep clean during and after laying.
B. Use proper implements, tools, and facilities for the safe
' and proper protection of the work. Lower pipe into the
trench in such a manner as to avoid any physical damage
to the pipe. Remove all damaged pipe from the jobsite.
Do not drop or dump pipe into trenches under any
circumstances.
3.04 LIMITS OF EXCAVATION
A. Excavate to the depth and widths required. Allow for
forms, working space, granular base, and finish topsoil
where shown or required. Excavation carried below the
grade lines shown or established by the Engineer shall be
replaced with the same fill material as specified for the
overlying fill or backfill, compacted to the natural
density. Where the overlying area is not to receive fill
Section 15000 - 4
' AI -11
I
I
I
I
I
I
I
I
I
I
I
I
LI
I
I
I
or backfill, replace the overexcavated material and
compact to a density not less than that of the underlying
ground. The Contractor shall correct all overexcavated
areas at the Contractor's sole expense.
3.05 TRENCH EXCAVATION AND BACKFILL
A. Excavate for the installation of piping, utilities, and
appurtenances. All obstructions, such as tree roots,
stumps, abandoned concrete structures, and other
materials of any type shall be removed.
3.06 TRENCH WIDTH
A. Minimum width of unsheeted trenches or the minimum clear
width of sheeted trenches in soil trenches in which pipe
is to be laid shall be 12 inches greater than the inside
diameter of the pipe. The maximum width is 18" greater
than the inside diameter of the pipe. These dimensions
apply to the pipe zone. Sheeting requirements shall be
independent of trench width. The maximum clear width at
the top of the pipe or above the pipe zone will not be
limited, except in cases where excess width of excavation
would cause damage to structures or other utility lines.
3.07 LINE AND GRADE
A. Do not deviate from line or grade more than 1/2 inch for
line and 1/4 -inch for grade.
B. Establish line and grade for pipe by the use of lasers or
by transferring the cut from the offset stakes to batter
boards set in the trench at maximum intervals of 25 feet.
Maintain a minimum of three sets of batter boards with
string line ahead of the pipe laying at all times. If
batter boards in the trench prove impractical because of
trench conditions, submit other methods of grade and
alignment control to the Engineer for approval.
C. Where the Drawings show a tie to existing facilities,
verify elevations of tie points sufficiently in advance
of laying operations to allow adjustments as required.
Any adjustments shall be approved by the Engineer in
advance.
D. Where the Drawings show existing utilities, (water,
sewer, gas, etc.) verify the location and grade
sufficiently in advance of laying operations to allow
adjustments as required. Any adjustments shall be
approved by the Engineer in advance.
Section 15000 - 5
I
AI -12
I
3.08 TRENCH STABILIZATION
A. If the material in the bottom of the trench is unsuitable
for supporting the pipe, excavate below the flow line to
remove the unsuitable material, and backfill to the
required grade granular pipe zone material. Unsuitable
material is material which is not capable of supporting
the pipe base material, pipe and/or backfill (i.e.,
organics, mud, large rocks, trash, etc.).
3.09 BASE FOR SEWER PIPE
A. Place a minimum 6 -inch thickness of granular pipe base of
'
the type hereinbefore specified. Place for the full
width of the trench with the top of the granular base at
flow line grade. Bed the pipe in the granular base so
' that the flow line is at the required grade and
elevation. Place and finish the gravel base to grade
ahead of the pipe laying operation.
3.10 TRENCH BACKFILL IN PIPE ZONE
A. Surround the pipe to 6 inches above the outside of the
pipe for the full width of the trench with granular pipe
zone material as specified hereinbefore. Thoroughly tamp
and supplement by "walking in" the material. Use
' particular attention in placing material to the sides and
the underside of the pipe to provide a solid backing and
to prevent lateral movement during the final backfilling
' procedure.
3.11 TRENCH BACKFILL ABOVE THE PIPE ZONE
A. In trenches under driveways, parking areas, streets and
similar areas designated by the Engineer, backfill with
compacted native materials to within 12 -inches of the
' surface. Place 6 -inch surface lifts of GRANULAR FILL
(Class 7 Base) and compact to not less than 95% relative
compaction. Place additional GRANULAR FILL if settlement
occurs, at the Contractor's sole expense. See Details.
B. Under and around utility lines, especially sewer and
water lines, special care must be taken to provide firm
support of the lines when the backfilling is complete.
All backfill under, beside, and above these lines shall
be carefully placed and compacted with manually operated
' compactors to 95% Standard Proctor Density.
C. In all other trenched areas above the pipe zone the
excavated trench material may be used for backfill
without specific compaction requirements. Push by
Section 15000 - 6
H
I AI -13
I
I
Li
I
I
I
I
I
I
I
I
I
I
I
I
I
I
mechanical means, first onto the slope of the backfill
previously placed and allow to roll down into the trench.
Do not allow free fall of the material into the open
trench. Under no circumstances allow sharp, heavy pieces
of material to drop directly onto the pipe or the
material in the pipe zone. Backfill material shall not
exceed 1/2 cubic foot in size and shall be intermixed
with finer material to produce completed fill that is
free from detrimental voids and segregation. Neatly
windrow the material over the trench to provide for
future settlement. Any excess or deficiency of backfill
material after settlement within the guarantee period
shall be corrected by regarding and adding or removing
material.
D. Where directed by the Engineer, Granular Material shall
be used for the entire backfill, compacted to not less
than 95% density according to ASTM D-698.
3.12 LAYING AND JOINTING SEWER PIPE
A. PVC pipe varies slightly with different manufacturers.
Install the particular pipe furnished in accordance with
the particular manufacturer's recommendations, as
approved by the Engineer.
B. Lay and joint PVC pipe with rubber gasket type joints, in
accordance with the manufacturer's recommendations, as
approved by the Engineer. Provide all special tools and
devices such as special %jacks, chokers, and similar items
required for the installation. All joints should be
laid with the spigot end facing downstream.
3.13 BACKFILL AT THE PIPE ZONE
A. Particular attention must be given to the area of the
pipe zone from the flow line to the centerline of the
pipe to ensure that firm support is obtained to prevent
any lateral movement of the pipe during the final
backfilling of the trench.
B. Backfill the area of the pipe zone from the bottom to the
horizontal centerline of the pipe by hand -placing the
material around the pipe in 6 -inch layers. Continuous
support shall be effected beneath pipe haunches by
"walking in" and slicing with a shovel. Backfill the
area of the pipe zone from the horizontal centerline to
6 -inches above the top of the pipe zone as indicated in
detail on the Drawings.
Section 15000 - 7
I
AI -14
I
I
H
I
I
H
I
I
I
I
I
I
I
I
Section 15000 - 8
C. Where the pipe is connected to concrete structures, the
connection shall be made as shown. Make connection such
that a standard pipe joint is located no more than 18
inches from the structure.
D. Pressure piping shall have thrust blocking at bends,
elbows, tees, etc. A schedule of requirements and
details is shown on the Drawings.
G. Where water and sewer lines necessarily cross, the water
line should be at least 18 -inches superior, crown to
invert to the sewer line.
3.14 TESTING - GENERAL
A. Conduct pressure and leakage tests on all newly installed
pipelines. Furnish all necessary equipment and material
and make all taps in the pipe, as required. The Engineer
will monitor the tests. Test pressures shall be 150% of
normal operating pressures except where governing codes
or regulations specify higher test pressures, or as
otherwise specified. Normal operating pressure is 80
psi.
3.15 PREPARATION AND EXECUTION - BURIED PIPING
A. Conduct final acceptance tests on buried piping that is
to be hydrostatically tested after the trench has been
completely backfilled. The Contractor may, if field
conditions permit, as determined by the Engineer,
partially backfill the trench and leave the joints open
for inspection and conduct an initial service leak test.
The acceptance test shall not, however, be conducted
until all backfilling has been completed. See Service
Leak Test - Pressure.
3.16 HYDROSTATIC LEAK TESTS - EQUIPMENT
A. Furnish the following equipment for the hydrostatic
tests:
Amount Description
2 Graduated containers
2 Pressure gauges
1 Hydraulic force pump
Suitable hose and suction pipe as
required.
I
IAI -15
I
3.17 PROCEDURE
IA. Water shall be used as the hydrostatic test fluid unless
otherwise specified. Vents at all high points of the
piping system shall be opened to purge air pockets while
the piping system is filling. Venting during the filling
' of the system also may be provided by the loosening of
flanges having a minimum of four bolts or by the use of
equipment vents. All parts of the piping system shall be
subjected to the test pressure specified. The
hydrostatic test pressure shall be continuously
maintained for a minimum time of 30 minutes and for such
additional time as may be necessary to conduct
examinations for leakage. Examination for leakage shall
be made at all joints and connections. The piping
system, exclusive of possible localized instances at pump
' or valve packing, shall show no visual evidence of
weeping or leaking. Any visible leakage shall be
corrected at the Contractor's sole expense.
' 3.18 BURIED PRESSURE LINES
A. Some leakage is permissible from buried pressure lines.
1. Where any section of pipe is provided with concrete
thrust blocking, do not make the pressure test
' until at least 5 days have elapsed after the thrust
blocking is installed. If high -early cement is
used for thrust blocking, the time may be reduced
to 2 days. When testing cement -mortar lined
piping, slowly fill the section of pipe to be
tested with water and allow to stand for 24 hours
under slight pressure to allow the cement -mortar
lining to absorb water.
2. Expel all air from the piping system prior to
' testing and apply and maintain the specified test
pressure by means of the hydraulic force pump.
Valve off the piping system when the test pressure
is reached and conduct the pressure test for 2
hours, reopening the isolation valve only as
necessary to restore the test pressure. The pump
suction shall be in a barrel or similar device, or
metered so that the amount of water required to
maintain the test pressure may be measured
accurately. This measurement represents the
leakage, which is defined as the quantity of water
necessary to maintain the specified test pressure
' Section 15000 - 9
AI -16
I
I
I
I
EL]
I
I
I
I
C'
L
Li
7
I
I
for the duration of the test period. No pipe
installation will be accepted if the leakage
is greater than the number of gallons per hour
as determined by the following formula:
yam
L =
7400
In the above formula:
L = Allowable leakage, in gallons per hour
N = Number of joints in the length of pipe tested
D = Nominal diameter of pipe, in inches
P = Average test pressure during the leakage
test, in pounds per square inch
3. The Contractor shall correct any leakage greater
than the allowance determined under this formula
at the Contractor's sole expense.
3.19 TEST RECORDS
A. Records shall be made of each piping system installation
during the test. These records shall include:
1. Date of test
2. Description and identification of
piping tested
3. Test fluid
4. Test pressure
5. Remarks, to include such items as:
a. Leaks (type, location)
b. Repairs made on leaks
6. Certification by Contractor and
written approval by Engineer
3.20 PAYMENT
A. Payment for the work in this section shall be considered
subsidiary to Bid Item No. 8 "Ditch Channel Excavation
Segment B".
END OF SECTION
Section 15000 - 10
I
AI -17
SECTION 15001
CEMENT -LINED DUCTILE IRON FITTINGS
1.01 SCOPE
A. This Section covers the work necessary to furnish and
install, complete, the cement -lined gray cast iron or
ductile iron fittings specified herein.
PART 2 PRODUCTS
2.01
JOINTS
A.
Joints for the fittings shall
be mechanical joint.
2.02
FITTINGS
A.
Gray or ductile iron, 250
psi minimum working
pressure,
cement -lined and seal -coated. Where taps are
shown on
fittings, tapping bosses
shall be provided.
Mechanical Joint
ANSI/AWWA C-110 and
ANSI/AWWA
C-111
or AWWA C-153 Compact
Fittings
2.03 BOLTS
A. For mechanical joint use manufacturer's standard.
2.04 GASKETS
A. Gaskets for mechanical or push -on joints shall be rubber,
conforming to ANSI A21.11, AWWA C-111.
2.05 POLYETHYLENE WRAPPING
A. Polyethylene material for wrapping shall meet the
requirements of ANSI/AWWA C -105/A21.5-82, or latest
revision thereof.
PART 3 EXECUTION
3.01 FABRICATION OF FLANGED PIPE AND FITTINGS
A. Flanged pipe and fittings shall be fabricated in the
shop, not in the field, and delivered to the jobsite with
Section 15001 - 1
AI -18
I
flanges in place and properly faced. Threaded flanges
shall be individually fitted and machine tightened on the
threaded pipe by the manufacturer. Flanges shall be
faced after fabrication in accordance with ANSI
A21.15/AWWA C-115.
3.02 MECHANICAL AND PUSH ON JOINT
A. Join pipe with mechanical or push -on type joints if
needed in accordance with the manufacturer's
recommendations. Provide all special tools and devices,
such as special jacks, chokers, and similar items
' required for proper installation. Lubricant for the pipe
gaskets shall be furnished by the pipe manufacturer, and
no substitutes will be permitted under any circumstances.
3.03 TESTING
A. All lines shall be hydrostatically tested. Test
procedures shall be as specified in Section 15000, SEWER
PIPE - GENERAL.
3.04 POLYETHYLENE WRAPPING
A. Procedures set forth in ANSI/AWWA C -105/A21.5-82, or
latest revision, shall be followed during construction.
I
Polyethylene wrapping will be installed on all buried
ductile or cast iron pipe and fittings used on this
project.
' 3.05 PAYMENT
A. Payment for the work in this Section shall be considered
subsidiary to the cost for Bid Item No. 8 "Ditch Channel
Excavation Segment B".
' END OF SECTION
I
7
I
Section 15001 - 2
' AI -19
P1
H
H
I
C
H
IH
SECTION 15002
POLYVINYL CHLORIDE (PVC) PIPE
1.01 SCOPE
A. This Section covers the work necessary to furnish and
install, complete, the polyvinyl chloride pipe specified
herein, and as specified further in Section 15000, SEWER
PIPE GENERAL.
1.02 GENERAL
A. See Section 15000, SEWER PIPE GENERAL, for additional
requirements. All piping system components shall be the
products of one manufacturer.
' PART 2 PRODUCTS
' 2.01 PIPE
I
L
I
I
A. AWWA C 900 with outside diameters equivalent to cast iron
pipe of the same nominal dimension. Pressure rating of
150 psi minimum and SDR of 25 maximum. Higher rated pipe
meeting ANSI/AWWA C 900 Specifications will be
acceptable.
2.02 JOINTS
A. For buried pipe, gasketed slip joint.
2.03 FITTINGS
A. Fittings for PVC pipe shall be gray or ductile iron and
meet the specification of Section 15001. PVC fittings
are not acceptable.
B. All buried iron fittings must be polyethylene wrapped per
specification of Section 15001, paragraph 2.05.
' 2.04 GASKETS
A. As recommended by the pipe manufacturer to conform to the
pipe OD, and as further specified in Section 15001.
7
Section 15002 - 1
I AI -20
2.05 TRACE WIRE
IA. Trace wire shall be laid along entire length of PVC pipe
and tied to the pipe at 10 feet intervals. Wire shall be
No. 14 insulated copper.
PART 3 EXECUTION
3.01 GENERAL
A. All rigid PVC pipe shall be cut, made up, and installed
' in accordance with the pipe manufacturer's
recommendations.
3.02 TESTING
' A. All lines shall be hydraulically tested at the pressures
listed in Section 15000, SEWER PIPE -GENERAL. Trace wire
will be tested before acceptance.
' PART 4 PAYMENT
4.01 GENERAL
IA. Payment for work in this Section shall be considered
subsidiary to the cost of Bid Item No. 8 "Ditch Channel
Excavation Segment B".
END OF SECTION
1
1
1
1
1
1
Section 15002 - 2
AI -21
I
1 CONSTRUCTION SPECIFICATIONS
FOR
1 TAXIWAY EXTENSION
1 BLAST PADS, OBSTRUCTION REMOVAL
AND
1 DRAINAGE AND GRADING IMPROVEMENTS
1 TO
1 DRAKE FIELD
1 FAYETTEVILLE MUNICIPAL
1 AIRPORT
1 FAYETTEVILLE, ARKANSAS
ALP PROJECT NO.
1 3-05-0020-17
1 FY932102
1 MAY, 1993
Prepared By:
1
iMcClelland Caking la's, Inc.
1810 North College, P.O. Box 1229
1 Fayetteville, AiiaMas 72702-1229
(501) 443-2371
1
II
TABLE OF CONTENTS
SECTION PAGE NO.
Notice to Contractors 1-4
Instructions to Bidders 1-7
Proposal 1-14
Equal Opportunity Certification 1-3
Notice of Award 1-2
Contract
1-4
Notice to Proceed
1
Performance Bond
1-2
Payment Bond
1-2
Federal Wage Decision
1-4
State Wage Decision
Wage, Labor, EEO, & Safety Requirements
1-21
General Provisions (FAA Standards, as revised
for this project)
1-54
Section 10. Definition of Terms
1-5
Section 20. Proposal Requirements and Conditions
6-9
Section 30. Award and Execution of Contract
10-11
Section 40. Scope of Work
12-16
Section 50. Control of Work
17-23
Section 60. Control of Materials
24-27
Section 70. Legal Relations and
Responsibility to Public
28-37
Section 80. Prosecution and Progress
38-45
Section 90. Measurement and Payment
46-54
Special Provisions
1-28
General
1
Description of the Project
1
Coordination of the Work
1
Safety Requirements and Construction Procedures
1-10
Identification of "Engineer"
10
Authority of Engineer
10-11
Limitations of the Engineers Responsibilities
11
Engineer's Visits to the Site
12
I
C
TABLE OF CONTENTS
(Continued)
SECTION PAGE NO.
Special Provisions (Continued)
' Contractor's Examination 12
Arrangement of Specifications and Plans 13
Workmen 13
Horseplay 13
Insurance 13-18
Subcontractors 18
Contractor's Routine Access to Site 18
Owner -Furnished Materials 18
Quality of Plans 18
Partial Acceptance 19
Progress Schedule 19
Contractor to Perform Construction Staking 19
Work Done Without Lines and Grades 20
' Preservation of Monuments and Stakes 20
Other Contractors 20
Record Drawings 21
' Publicity 21
Modifications and Waivers 21
Standards 21
Testing 22
Payment for Stored Materials 22
Cost of Plans and Specifications 22
Ownership of Engineering Data 23
' Partial Sets of Plans and Specifications
for Subcontractors 23
Damage to Existing Facilities 23
' Reporting of Accidents 23
Pre -Construction Conference 23
Waterways 24
Safety and Security 24
' Function of the Engineer and Relationship
Between Engineer and Contractor 24-26
Contractor's Responsibility Regarding
' Special Application Materials and Products 26
Temporary Facilities 26-28
Permits, Licenses, Laws, Ordinances
Regulations and Taxes 28-29
I
I
P1
I
I
I
TABLE OF CONTENTS
(Continued)
SECTION
PAGE NO.
FAA Standard Specifications (As Revised for this Project)
P-151 Clearing and Grubbing 1-3
• P-152 Excavation and Embankment 1-10
P-156 Temporary Air and Water Pollution, Soil
' Erosion, and Siltation Control 1-5
P-209 Crushed Aggregate Base Course 1-5
P-401 Plant Mix Bituminous Pavements 1-28
' P-602 Bituminous Prime Coat 1-3
P-603 Bituminous Tack Coat 1-3
P-605 Joint Sealing Filler 1-4
P-610 Structural Portland Cement Concrete 1-7
'P-620 Runway and Taxiway Painting 1-2
F-161 Wire Fence with Steel Posts 1-3
IF-162 Chain -Link Fence 1-4
D-701 Pipe for Storm Drains and Culverts 1-5
D-751 Storm Inlets 1-4
D-754 Concrete Gutters, Ditches and Flumes 1-3
T-901 Seeding 1-4
t• T-904 Sodding 1-4
T-905 Topsoiling 1-3
T-908 Mulching 1-3
' L-108 Installation of Underground
Cable for Airports 1-5
' L-110 Installation of Airport
Underground Electrical Duct 1-4
L-125 Installation of Airport Lighting Systems 1-3
' Soil Stabilization Fabric 1-2
Electrical Work
' 16111 Conduit 1-5
Appendices
' Appendix A Approved Airport Lighting Equipment
Appendix B Safety Requirements Order SW 5200.5
' Appendix C "Buy American" Exclusion Products
Appendix D Storm Water Pollution Prevention Plan
I
C1
1
I
I
I
I
I
I
I
I
I
I
I
I
U_I
I
I
I
I
I
NOTICE TO CONTRACTOR
Notice is hereby given that in pursuance to an order of the City of
Fayetteville, sealed bids will be received at the Purchasing Office
or Room 372 of the City Administration Building, 113 West Mountain,
Fayetteville, Arkansas, until 2:00 P.M., on the 15th day of
June, 1993, for the furnishing of all tools and labor, and the
performance of work to be done in construction of taxiway
extension, blast pads, obstruction removal and drainage and grading
improvements at Drake Field, Fayetteville Municipal Airport.
Work under this Contract shall include construction of the West
parallel taxiway extension (40' x 1250'), construction of blast
pads at each end of the runway, obstruction removal and drainage
and grading improvements.
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 Room flj at the City Administration Building, 113 West
Mountain, Fayetteville, Arkansas at 2:05 P.M. local time, on the
15 day of June, 1993, and at such adjourned meetings thereafter
as may be necessary.
All necessary work, materials, and every item of construction shall
be in accordance with the Plans and Specifications as prepared by
the Engineer. Copies of the documents may be obtained from the
office of the Engineer upon the payment of the sum of Seventy-five
dollars ($75.00), said payment not being refundable. Pertinent
information and the detailed specifications will be furnished to
suppliers at cost of reproduction.
A Pre -Bid Conference will be held at flQQ P.M. on June 7, 1993 at
the Airport Managers office in the Terminal Building, Drake Field,
Fayetteville, Arkansas. The purpose of this meeting is to review
the project requirements with the prospective bidders and to tour
the project site.
Bidders shall make such inspection and studies of the site of the
work as to thoroughly familiarize themselves with all conditions to
be encountered.
Notice to Contractors - 1
[1
I
I
I
I
I
I
I
I
[I
I
I
I
I
I
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, Fayetteville, Arkansas, in an amount equal to one
hundred percent (100%) of the contract amount, at the time of the
award of the contract, if said contract exceeds $100,000.
Notice is hereby given that the City of Fayetteville is an Equal
Opportunity employer.
Buy American Requirement. Unless otherwise approved by the FAA,
the sponsor will not acquire or permit any contractor or
subcontractor to acquire any steel or manufactured products
produced outside the United States to be used for any project for
airport development for which funds are to be provided under the
FAA grant.
It is the policy of the Department of Transportation (DOT) that
disadvantaged 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 shall make good faith efforts, as defined
in Appendix A of 49 CFR Part 23, Regulations of the Office of the
Secretary of Transportation, to Subcontract ten (10) percent of the
dollar value of the prime contract to small business concerns owned
and controlled by socially and economically disadvantaged
individuals (DBE). In the event that the bidder of this
solicitation qualifies as a DBE, the contract goal shall be deemed
to have been met. Individuals who are rebuttable presumed to be
socially and economically disadvantaged include women, Blacks,
Hispanics, Native Americans, Asian -Pacific Americans and Asian -
Indian Americans. The apparent successful bidder will be required
to submit its information concerning the DBE's that will
participate in this contract. The information will include the
name and address for each DBE, a description of the work to be
performed by each named firm, and the dollar value of the contract
(subcontract) and shall be submitted with the proposal. If the
bidder fails to achieve the contract goal as stated herein, it will
be required to provide documentation demonstrating that it made
good faith efforts in attempting to do so. A bid that fails to
meet these requirements will be considered non -responsive.
Notice to Contractors - 2
I
I
I
H
H
L
[I
1
I
[l
I
The City of Fayetteville reserves the right to reject any and all
bids, and to waive any formalities deemed to be in the best
interest of the Commission.
The proposed contract is 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 require
Nonsegregated Facilities prior to
notify prospective subcontractors c
Certification where the subcontract
the Certification and the Notice to
Specifications.
d to submit a Certification of
ward of the contract, and to
f the requirement for such a
exceeds $10,000. Samples of
Subcontractors appears in the
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 Opportunity Clause"
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 Females Participation in each trade is 6.9%
Goals for Minority Participation in each trade is 3.3%
[1
I
_]
1
I
These goals are applicable to all the Contractor's construction
work (whether or not it
in the coverage area.
is nationwide. The cc
Baxter, Benton, Boone,
and Washington counties
in Oklahoma.
is Federal or federally assisted) performed
The coverage area for female participation
average area for minority participation is
Carroll, Madison, Marion, Newton, Searcy,
in Arkansas and Adair and Delaware counties
The Contractor shall provide written notification to the Director,
OFCCP, within 10 working days of award of any construction
subcontract in excess of $10,000 at any tier for construction work
under the contract resulting from this solicitation. The
notification shall list the name, address, and telephone number of
the subcontractor; employee identification number; estimated dollar
Notice to Contractors - 3
I
I
amount of the subcontract; estimated starting and completion dates
of the subcontract; and the geographical area in which the contract
' is to be performed.
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.
The Bidder must supply all the information required by the 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.
' P.O. No.
Peggy Bates
Purchasing Officer
City of Fayetteville
Fayetteville, Arkansas
I
I
I
I
I
I
I
I
Notice to Contractors - 4
SECTION 00100
INSTRUCTIONS TO BIDDERS
PARAGRAPH NO./TITLE PAGE NO
1.
FORMA'F. . . . . . . . . . . . . . .
. . . . . . . . . . . a..... . . . .
1
2.
SPECIFICATION LANGUAGE ..............................
1
3.
GENERAL DESCRIPTION OF THE PROJECT ..................
1
4.
QUALIFICATION OF BIDDERS ............................
1
5.
DOCUMENT INTERPRETATION .............................
1
6.
BIDDER'S UNDERSTANDING ..............................
2
7.
PROJECT MANUAL & DRAWINGS .......................a.a
2
8.
TYPE OF BID.......................................a
2
9.
PREPARATION OF BIDS . . . . . . a.........................
3
10.
STATE AND LOCAL SALES AND USE TAXES.................
3
11.
SUBMISSION OF BIDS................a..............a.
3
12.
TELEGRAPHIC OR WRITTEN MODIFICATION
OF BIDS ........
4
13.
WITHDRAWAL OF BID....a........a.a..............a...
4
14.
BID SECURITY........................................
4
15a
RETURN OF BID SECURITY. a a . . . a a a . . a a .
a a a a.• a a . . . a a. a
5
16.
AWARD OF CONTRACT.... a ..............................
5
17.
BASIS OF AWARD.............a.......a.............a..
5
18.
EXECUTION OF CONTRACT ...............................
6
19.
PERFORMANCE AND PAYMENT BONDS .......................
6
20.
FAILURE TO EXECUTE CONTRACT AND FURNISH
BOND.........
6
21.
PERFORMANCE OF WORK BY CONTRACTOR ...................
6
22.
TIME OF COMPLETION ..............................
....
7
23.
PROVIDING REQUIRED INSURANCE ........................
7
24.
TRENCH AND EXCAVATION SAFETY SYSTEM .................
7
25.
SUBCONTRACTOR'S PERFORMANCE AND PAYMENT BOND........
7
I
SECTION 00100
INSTRUCTIONS TO BIDDERS
1. FORMAT
The Contract Documents are divided into parts, divisions, and
sections in keeping with accepted industry practice in order to
separate categories of subject matter for convenient reference
thereto. Generally, there has been no attempt to divide the
'
Specification sections into work performed by the various building
trades, work by separate subcontractors, or work required for
separate facilities in the project.
2. SPECIFICATION LANGUAGE
"Command" type sentences are used in Contract Documents. These
'refer to and are directed to the Contractor.
3. GENERAL DESCRIPTION OF THE PROJECT
' A general description of the work to be done is contained in the
NOTICE TO CONTRACTORS. The scope is indicated on the accompanying
Drawings and specified in applicable parts of these Contract
Documents.
I
I
I
I
11
I
I
4. QUALIFICATION OF BIDDERS
The prospective bidders
must meet
the
statutorily
prescribed
requirements before Award
of Contract
by
the Owner.
Before a Contract will be awarded for the work contemplated herein,
the Owner will conduct such investigation as is necessary to
determine the performance record and ability of the apparent low
Bidder to perform the size and type of work specified under this
Contract. Upon request, the Bidder shall submit such information
as deemed necessary by the Owner to evaluate the Bidder's
qualifications.
DOCUMENT INTERPRETATION
The Contract Documents governing the work proposed herein consist
of the Drawings and all material bound herewith. These Contract
Documents are intended to be mutually cooperative and to provide
all details reasonably required for the execution of the proposed
work. Any person contemplating the submission of a Bid shall have
thoroughly examined all of the various parts of these Documents,
and should there be any doubt as to the meaning or intent of said
Contract Documents, the Bidder should request of the Engineer, in
writing (received by the Engineer at least 5 working days prior to
bid opening) an interpretation thereof. Any interpretation or
Section 00100 - 1
' change in said Contract Documents will be made only in writing, in
the form of Addenda to the Documents which will be furnished to all
Bidders receiving a set of the Documents. Bidders shall submit
' with their Proposals, or indicate receipt, of all Addenda. The
Owner or Engineer will not be responsible for any other
explanation or interpretations of said Documents not issued in
' writing by Addendum.
6. BIDDER'S UNDERSTANDING
Each Bidder must inform himself of the conditions relating to the
execution of the Work, and it is assumed that he will inspect the
site and make himself thoroughly familiar with all the Contract
' Documents. Failure to do so will not relieve the successful Bidder
of his obligation to enter into a Contract and complete the
contemplated Work in strict accordance with the Contract Documents.
' It shall be the Bidder's obligation to verify for himself and to
his complete satisfaction all information concerning site and
subsurface conditions.
I
I
I
I
I
I
I
I
E
I
I
Information derived from topographic maps, or from Drawings showing
location of utilities and structures will not in any way relieve
the Contractor from any risk, or from properly examining the site
and making such additional investigations as he may elect, or from
properly fulfilling all the terms of the Contract Documents.
Each Bidder shall inform himself of, and the Bidder awarded a
Contract shall comply with, federal, state, and local laws,
statutes, and ordinances relative to the execution of the Work.
This requirement includes, but is not limited to, applicable
regulations concerning minimum wage rates, nondiscrimination in
the employment of labor, protection of public and employee safety
and health, environmental protection, the protection of natural
resources, fire protection, burning and nonburning requirements,
permits, fees, and similar subjects.
.. � .
f S aY_z_ z__ _ p I
No return of Project Manual or Drawings is required and no refund
will be made.
The successful Bidder will be furnished three sets of Documents
without charge. Any additional copies required will be furnished
to the Contractor at $75.00 per set. Partial sets will not be
available.
Unit prices shall be submitted
Bid. The total amount to be paid
amount of the unit price items
in the appropriate places on the
the Contractor shall be the total
as adjusted based on quantities
Section 00100 - 2
I.�
P
' installed and/or any adjustment for additions or deletions
resulting from additive or deductive alternates or change orders
during construction.
9. PREPARATION OF BIDS
' All blank spaces in the Bid form must be filled in, preferably in
BLACK ink, in both words and figures where required. No changes
shall be made in the phraseology of the forms. Written amounts
shall govern in cases of discrepancy between the amounts stated in
writing and the amounts stated in figures. In case of discrepancy
between unit prices and totals, unit prices will prevail.
1 Any Bid shall be deemed informal which contains material omissions,
or irregularities, or in which any of the prices are obviously
unbalanced, or which in any manner shall fail to conform to the
' conditions of the published NOTICE TO CONTRACTORS.
Only one bid from any individual, firm, partnership, or
corporation, under the same or different names, will be considered.
'
Should it appear to the owner that any Bidder is interested in more
than one bid for work contemplated, all bids in which such Bidder
is interested will be rejected.
The Bidder shall sign his Bid in the blank space provided therefor.
If Bidder is a corporation, the legal name of the corporation shall
' be set forth above, together with the signature of the officer or
officers authorized to sign Contracts on behalf of the corporation.
If Bidder is a partnership or sole proprietorship, the true name of
the firm shall be set forth above, together with the signature of
the partner or partners authorized to sign Contracts in behalf of
the firm. If signature is by an agent, other than an officer of a
corporation or a member of a partnership or sole proprietorship, a
' notarized power -of -attorney must be on file with the Owner prior to
opening of bids or submitted with the Bid.
10. STATE AND LOCAL SALES AND USE TAXES
Unless the Supplementary Conditions contains a statement that the
Owner is exempt from state sales tax on materials incorporated into
' the Work due to the qualification of the Work under this Contract,
all state and local sales and use taxes, as required by the laws
and statutes of the state and its political subdivisions, shall be
' paid by the Contractor. Prices quoted in the Bid shall include all
nonexempt sales and use taxes, unless provision is made in the Bid
form to separately itemize the tax.
I
11. SUBMISSION OF BIDS
All Bids must be submitted, not later than the time prescribed, at
' the place, and in the manner set forth in the NOTICE TO
Section 00100 - 3
H
I
I
CONTRACTORS. Bids must be made on the Bid forms provided herein.
Each Bid must be submitted in a sealed envelope, so marked as to
indicate its contents without being opened, and addressed in
conformance with the instructions in the NOTICE TO CONTRACTORS.
Bids may not be submitted by FAX machines.
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID
Any Bidder may modify his
bid
by telegraphic or
written
communication at any time prior
to
the scheduled closing
time for
receipt of bids, provided such
communication is received by the
Owner prior to the closing time.
The telegraphic or
written
communication should not reveal
the
bid price; it shall,
however,
state the addition or subtraction or
other modification so
that the
final prices or terms will not
be
known by the Owner until the
sealed bid is opened.
' 13. WITHDRAWAL OF BID
I
I
I
H
I
I
I
H
I
L
Any Bid may be withdrawn prior to the scheduled time for the
opening of Bid either by telegraphic or written request, or in
person. No Bid may be withdrawn after the time scheduled for
opening of Bids, unless the time specified in Item, AWARD OF
CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed.
14. BID SECURITY
Bids must be accompanied by cash, a certified check, or cashier's
check drawn on a bank in good standing, or a bid bond issued by a
Surety authorized to issue such bonds in the State where the Work
is located, in the amount of 5 percent of the total amount of the
Bids submitted. This bid security shall be given as a guarantee
that the Bidder will not withdraw his Bid for a period of 90 days
after bid opening, and that if awarded the Contract, the successful
Bidder will execute the attached Contract and furnish properly
executed Performance and Payment Bonds, each in the full amount of
the Contract price within the time specified.
The Attorney -in -Fact (Resident Agent) who executes this bond in
behalf of the Surety must attach a notarized copy of his
power -of -attorney as evidence of his authority to bind the Surety
on the date of execution of the bond.
All bid bonds and Contract bonds shall be executed by a licensed
resident agent of the surety having his place of business in the
State of Arkansas and in all ways complying with the laws of the
State of Arkansas. The mere countersigning of a bond will not be
sufficient.
Section 00100 - 4
I
If the Bidder elects to furnish a Bid Bond, he shall use the Bid
Bond form bound herewith, or one conforming substantially thereto
in form and content.
15. RETURN OF BID SECURITY
' Within 15 days after the award of the Contract, the Owner will
return the bid securities to all Bidders whose Bids are not to be
further considered in awarding the Contract. Retained bid
securities will be held until the Contract has been finally
executed, after which all bid securities, other than Bidders' bonds
and any guarantees which have been forfeited, will be returned to
the respective Bidders whose Proposals they accompanied.
16. AWARD OF CONTRACT
' Within 90 calendar days after the opening of Bids, unless otherwise
stated in the NOTICE TO CONTRACTORS or SPECIAL PROVISIONS of these
Documents, the Owner will accept one of the Bids or will act in
accordance with BASIS OF AWARD, below. The acceptance of the Bid
I
will be by written notice of award, mailed or delivered to the
office designated in the Bid. In the event of failure of the
lowest responsible and responsive qualified Bidder to sign and
' return the Contract with acceptable Performance and Payment Bonds,
as prescribed herein, the Owner may award the Contract to the next
lowest responsible and responsive qualified Bidder. Such award, if
' made, will be made within 90 days after the opening of Bids.
17. BASIS OF AWARD
If, at the time this Contract is to be awarded, the total Base Bid
of the lowest acceptable Proposal exceeds the funds then estimated
by the Owner as available, the Owner may reject all bids or take
' such other action as best serves the Owner's interests, including
consideration of selected Deductive Alternates. Basis of award
will be as stated in the Proposal.
' 18. EXECUTION OF CONTRACT
The successful Bidder shall, within 15 consecutive days after
' receiving notice of award, sign and deliver to the Owner the
Contract hereto attached together with the acceptable bonds as
required in these Documents. Within 15 consecutive days after
receiving the signed Contract with acceptable bonds from the
successful Bidder, the Owner's authorized agent will sign the
Contract. Signature by both parties constitutes execution of the
Contract.
' The successful Bidder shall conform to the Rules and Regulations of
Arkansas Department of Finance and Administration concerning
' nonresident contractor's notice and bond requirements.
Section 00100 - 5
C
I
7
I
I
H
H
I
I
C
I
U
21. PERFORMANCE OF WORK BY CONTRACTOR
The Contractor shall perform on the site and with his own
organization, work equivalent to at least forty percent of the
' total amount of the work to be performed under this Contract. If,
Section 00100 - 6
19. PERFORMANCE AND PAYMENT BONDS
The successful Bidder shall file with the Owner a Performance Bond
and Payment Bond on the form bound herewith, each in the full
amount of the Contract Price in accordance with the requirements of
the State of Arkansas as applicable, as security for the faithful
performance of the Contract and the payment of all persons
supplying labor and materials for the construction of the Work, and
to cover all guarantees against defective workmanship or materials,
or both, for a period of 1 year after the date of final acceptance
of the Work by the Owner. The Surety furnishing this bond shall
have a sound financial standing and a record of service
satisfactory to the Owner, shall be authorized to do business in
the State of Arkansas, and shall be listed on the current U.S.
Department of Treasury Circular Number 570, or amendments thereto
in the Federal Register, of acceptable Sureties for Federal
projects.
If the Surety on any Bond furnished by Contractor is declared
bankrupt or becomes insolvent or its right to do business is
terminated in any state where any part of the project is located or
it ceases to meet the requirements of the preceding paragraph,
Contractor shall within five days thereafter substitute another
Bond and Surety, both of which must be acceptable to Owner.
The Attorney -in -Fact (Resident Agent) who executes this Performance
Bond and Payment Bond in behalf of the Surety must attach a
notarized copy of his power -of -attorney as evidence of his
authority to bind the Surety on the date of execution of the bond.
All Contracts, Performance and Payment Bonds, and respective
powers -of -attorney will have the same date.
20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND
The Bidder who has a Contract awarded to him and who fails to
properly execute the Contract and furnish the Performance Bond and
Payment Bond, within the time frame stipulated elsewhere in these
documents, shall forfeit the bid security that accompanied his bid,
and the bid security shall be retained as liquidated damages by the
Owner, and it is agreed that this sum is a fair estimate of the
amount of damages the Owner will sustain in case the Bidder fails
to enter into a Contract and furnish the bond as hereinbefore
provided. Bid security deposited in the form of cash, a certified
check, or cashier's check shall be subject to the same requirements
as a Bid Bond.
U
I
' during the progress of the Work hereunder, the Contractor requests
a reduction of such percentage, and the Engineer determines that it
would be to the client's advantage, the percentage of the Work
' required to be performed by the Contractor's own organization may
be reduced; PROVIDED prior written approval of such reduction is
obtained by the Contractor from the Engineer.
' Each bidder must furnish with his bid a list of the items that he
will perform with his own forces and the estimated total cost of
these items.
' 22. TIME OF COMPLETION
The time of completion of the Work to be performed under this
Contract is of the essence of the Contract. Delays and extensions
of time may be allowed in accordance with the provisions stated in
Section GENERAL PROVISIONS. The time allowed for the completion of
the work is stated in the Proposal.
23. PROVIDING REQUIRED INSURANCE
' The Bidder's attention is directed to the insurance requirements
set forth in the SPECIAL PROVISIONS. Submittal of a bid indicates
full understanding and intent to comply with the insurance
requirements which are a condition of the contract.
24. TRENCH AND EXCAVATION SAFETY SYSTEM
In accordance with Act 291 of 1993 of the State of Arkansas,
Bidders must provide a separate price for trench and excavation
safety programs in the space provided on the bid form. Failure to
do so will subject the bidder to disquallifications.
25. SUBCONTRACTOR'S PERFORMANCE AND PAYMENT BOND
In accordance with Act 190 of 1993 of the State of Arkansas
subcontractors shall provide to the General Contractor a
performance and payment bond if the condition of Section 1 of Act
190 are applicable to the project.
Section 00100 - 7
r�.
PROPOSAL
4 iITIJJ4r' ✓.
41. _
I
' PROPOSAL
' TAXIWAY EXTENSION, BLAST PADS
OBSTRUCTION REMOVAL, AND DRAINAGE IMPROVEMENTS
AT
DRAKE FIELD
' FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
' AIP 3-05-0020-17
Project No. FY932102
Dated: May, 1993
Gentlemen: p I - _ r
' The undersigned, J m8s '71. 1flJ ,h"ta1ILe.i , states that he
has carefully examined the Plans, profiles, Specifications, maps,
and drawings, on file in the offices of City Clerk and Airport
' Manager of Fayetteville, Arkansas relative to the proposed Airport
Improvements referenced above, and that he is familiar with the
proposed Airport Improvements referenced above, and that he is
familiar with the same and understands each and all; has examined
' the location and site; that all bids are made with the full
knowledge of the Plans, profiles, Specifications and estimates and
all provisions of the Contract and bonds; that this Proposal is
' made without collusion on the part of any person, firm or
corporation. the undersigned states that he has experience in and
is qualified to perform the work herein specified, and that if he
does not have craftsmen experienced and qualified in any phase of
the work for which this Proposal is offered, he will sub -contract
the work under said phase to a Contractor who does have the
necessary experience and qualifications. He further states that he
' will enter into the Contract to construct said construction as
designated in the title of this Proposal in accordance with the
Plans and Specifications on file in the offices of the City Clerk
' and Airport Manager of Fayetteville, Arkansas, and have said work
completed within a maximum period of fl calendar days from the
Notice to Proceed.
' The work under this contract is considered critical to the overall
operations of the Airport by the Airport Management and the
Airlines, therefore, timeliness of construction will be considered
as part of the Contractor's bid.
I
I
Proposal - 1
I
I
IT
PROPOSAL SCHEDULE
BID ITEMS
' ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE: EXTENDED
Ii �-J 14.5 AC ��'Clearing and Grubbing $403A341/AC
%OUIe oo3&4w /hue4 A&Po /Ioo —/dollars/Ac
' (Words)
2 2020 CY Unclassified Excavation $ 55? ICY
b0//,Q€5 ,4 )D 6810O /dollars/CY $ X70•-0
(Words)
3 3120 CY Topsoil Excavation $ 1314 9i /CY
and Replacement (for
taxiway)
44k /dollars/CY $ OO
(Words)
4 40 CY Rock Excavation
�lj l S4A26OO /dollars/CY $ / D•DO
' (Words)
5 CY Compacted Embankment $Ate/CY
(4/: ' 40�/4cL° ,g, iz S3�00 /dollars/CY $ ys.�9• y0
(Words)
6 2500 CY Compacted Select $ •d/ /CY
Embankment
' /A�t L //44 Ayz � — /dollars/CY $a.� Z DO
(Words)
' 7 Lump Sum Ditch Channel $%/LS
Excavation Segment "A"
/U/Ca4/i),eA, ! 00son)b ace 54 4/dollars/LS
' (Words)
8 Lump Sum Ditch Channel $ S,OGyLS
' -/-� ,I!/ // Ex avation Segment "BB""
/lt1P s-ko.ie] S4 Lb £C h(/Nbtec/ a /dollars/LS $ a 3 DO
(Words)
Proposal - 2
'
I
I
'• ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE: EXTENDED
' 9 Lump Sum Ditch Channel $f/88.04/LS
/l 1 n. Excavation Segment "C"
� 4?Crli /houses &IkAwPo (aah��-pfd//dollars/LS $ J46t'
(Words)
10 Lump Sum Ditch Channel M`•DO/LS
Excavation Segment "D"
!!! 1 4 /dollars LS $ S r//o•Li0
(Words)
11 2750 SY Riprap
/lu�[C ��✓ 7b//a,es 4 //&70 /dollars/SY
(Words
12
13
iii
15
16
6700 SY Soil Stabilization $ •020 /SY
•, I RFabric
�Ne Do//41 ,4*ip /DO /dollars/SY $ Y o• '
(Words
3500 TN Crush Aggregate
Base Course
/)eTEGA) _ 4A)b t0�AD /dollars/TN
(Words)
1600 GA Bituminous Prime
Coat
%�
AZAJ4 ,h0 /
(Words)
950 GA Bituumi us Tack Coat
C 11 /1//.9 d its
$ O /GA
1480 TN 4" Bituminous Base $I/TN
Course
/dollars/TN
(Words)
40
Proposal - 3
' ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE: EXTENDED
17 1425 % /TN 4" Bituminous Surface $ •SO /TN
ou/dollars/TN $ •�
' (Words)
18 1400 SY 6" Concrete Pavement
N/heG b0/A,4,ES ,4.ND '/OO —/dollars/SY $
(Words)
' 19 Lump Sum/ Joint Sealant
61/ 4 I lv,4/ucA rnq &N )�=/dollars/LS $ 1440.00
(Words
' 20 Lump Sum Taxiway Striping $ O /LS
' ✓eti4sejl H J1D►2eb Dlk ,4n!D e°ACO —/dollars/LS
(Words)
21 Lump Sum Blast Pad Marking
6, >,CG� w aA3 ,A1) �� OO— /dollars/LS
*or s)
22 Lump Sum Milling of Existing
L/ah/G
Taxiway �Paving
�/' ' C�/ 1k/MCI)
�(/✓G -JO /'L— /dollars/LS $Auoayo
(Words)
'
24j4
25
I
I
I
I/
s �/y/E'A
/�/$ O8,/%
1 EA unction Box $ 9o9.9fiEA
tie g 6fPD J4 QUA 0/00 � /dollars/EA $909.94
(Words)
120 LF 12" Reinforced $30. /.C/LF
Concrete Pipe
y, Class III, Wall B
Uel/,¢,QS 4AJZ7 /OO /dollars/LF
(Words)
Proposal - 4
I
ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE: EXTENDED
26 768 LF 18" Reinforced $.40.S /LF
Concrete Pipe
' </ Class III, Wall B
4 c2O//jQf5 AaOb 00 /dollars/LF
(Words)
27 300 LF 18" Corrugated Steel $ /6 /LF
Concrete Pipe
' ShCTGGA) &/lx2LS .44Th )/1Oo /dollars/LF $ Dd
(Words)
28 2 EA Grout Repair of $ /.1/8.+'3 /EA
isting Grate Inlet
/dollars/EA $S1hJ4
' orris)
29 Lump Sum Trench and Excavation $ .Od/LS
&VM1&etJ
'/ Safety Systems
9i )b&b ≤yre AsJb %Rb—/dollars/LS
' (Words)
30 Lump Sum Concrete Channel $ .5a•&4/LS
�fCrossiing L 8g/�
' / A)7Od5�OI�A Z Re4//rNQ2E0 /Vi -7 )o �QiJD /dollars/LS
(Words)
31 2340 LF 6 -Ft. Chain Link $ •e7-+� /LF
Fence w/ Barbed Wire
' /A)G bt'�/A2S AND `�o /dollars/LF $ L O
(Words)
32 500 LF 6 -Ft. Chain Link O /LF
Fence
/CA) .Zb11�f-�5 4fl, �� /dollars/LF $.Jr00 4D
•
s) o
33 500 LF 4 -Ft. Chain Link $ a. 8C /LF
Fence
8S
4&b /� /dollars/LF
I(Words)
1 Proposal - 5
It
I ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE:
EXTENDED
y
34 500 LF 5 -Ft. Chain Link $ /LF
Fence
P,✓[^lJ �/1�Q,2S Ace //nr /dollars/LF
(Words) ����,,,yn� ����
35 `, / 2 EA Water Gap, Type I $gry.j*i /EA
' l(WJV#! ILv,€e,o 4 Jb 00 �-/dollars/EA
(Words)
36 2 EA /I,, Water Gap, Type II $ A%Od /EA
/Ogtf �� NuNARe D ,�rVJ) /dollars/EA $ -�
I (Words)
37 1 EA Water Gap, T e III $/EA
,IP ,A/h// /�'�— / /
,!�?.S �- � /mD dollars EA $�
(Words) ,
38 1 E Water Gap, Type IV $ 0A�•DD /EA
AtALP, p
�, b"AO s4,yb A�Oo /dollars/EA $ 9t• CO
' (Words)
39 1100 LF Screening for 6 -Ft $ 7..0 /LF
'• Chain Li/n$ Fencing
✓�!�� �o��, f�n�D//OO /dollars/LF
40 50 LF 4 -ft Barbed Wire Fence
/44ee,ZD/1 4 Vb —_/dollars/LF
(Words)
41 24 AC Seeding, Fertilizing $ / D /AC
%�
and Mulching
�Cp,ti )41 Jb,0e0 ANb Mulching
/dollars/AC $ 6 OGDOO
(Words)
42 12,750 SY Erosion Control
Matti
d `�� /dollars/SY $/9, iasDo
(Wor s)
Proposal - 6
ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE: EXTENDED
43 _J210 LF Straw Bale Barrier $J..442 /LF
/&a ,QuQ 00 /dollars/LF
(Words)
44 80 LF Filter Fabric $ £4C2- /LF
Barrier
✓G De��AP.5 A�JU 4'yo0 /dollars/LF $ GO
(Words)
45 �/� 800 STY Solid Sodd'ng
.4n111 1 / oo /dollars/ SY
(Words)
46 3350 LF Underground Cable
#8, 5/%900 V, L-824
L1 Jkt5 4tJb 9//00 /dollars/LF $ 3/j •00
II 47
1
1
1
1
3250 LF Counterpoise Wire $— 449 /LF
#6, Bare Standard
,b0//ne5 ,jq),D00 7dollars/LF
(Words)
48 3200 LF Cable Trench
LONE DO//4-,i 4 -ND ao /dollars/LF $
(Words)
49 150 LF 4 -Way Underground $ 4 O /LF
Electrical Duct
/4/IT bO�/i¢g.5 74aTh N�Oe — /dollars/LF
' 50
II
II
II
LI (Words)
250 LF 1" PVC Schedule 40
Conduit
Ree Z),PAW.s filTh ao
(Words)
/LF
/LF
Proposal - 7
r
` 1
I
I
I
I
I
ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE: EXTENDED
51 3 EA Relocate Taxiway $ r7J OO /EA
Light, Stake, and
I Transformer
✓ESN-LiBl1� #&/ NYJV* — /dollars/EA
(Words)
52 32 EA Taxiway Lights
0
� /L L/ -861T
Iwo /dLAJb✓1.8D !/11p, Rn)D � /dollars/EA $ •loo
( ords)
53 16 EA Adjust Runway
Threshold Lights
to Grad
- AV /�--jdollars/E&
(Words
54 2 EA Relocate Existing
' L-858 2 -Panel
Taxiway Sign OO
' d uR 0O ldollars/EA
(Word
' 55 1 EA Relocate Existing .O /EA
L-858 3 -Panel
AZ
L// xiwayC Sign ND
ew , b2tt kZ-&X D /od /dollars/EA
56
1 57
IT
I
I
1 EA Remove 2 Panels of
EA
P ne Sign
�/VE ORB ee t vO /dollars/EA $A?3V o
(W ds) n /,
30 EA New L-858 Sign Legend $ct0•1/O /EA
1 -Panel Wide
/00—ydollars/EA $____
(Words)
Proposal - 8
ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE: EXTENDED
58 2 EA New L-858 Sign Legend
' 2 -Panel Wide
- ove Y- �/od /dollars/EA
(Wo ds)
59 1 EA New L-858 Sign Legend
}� 4xt;s
�:1 m .G -/ Gila— /dollars/EA $ Jr�. __
(Words)
60 1 EA New L-858 Sign, Size 1, $ s3 6D/EA
Style 2, Class 2,
_/��dV f/U 2 -Pagel Wide
_,�fh O
/ q//tD Qe, -/ ` /00—/dollars/EA
61 1 EA New L-858 Sign, Size 1, $o7I.00/EA
Style 2, Class 2,
3 -Panel Wide
/Gtk 1LMe d �OD /dollars/EA $A.6f DO
(W rd
62 28 EA 30" Metal Stake,
®IGe''\_ Screw Mount Type
V/NP� ,,
/4//i¢,Q5 AVb � /dollars/EA $� v
(Words)
63 4 EA Medium Intensity, $ .OO /EA
Light Base w/Fixture
Attachment, L-867,
/ /� �kSize i"° Class or II
WO A!11QCD a-.�iw f L ioe—/dollars/EA $ / •GY
(W ds) AN
298 HR Overtime Engineering $43.50 /HR
Observation
Forty-three and 50/100 /dollars/HR $12.963.00
(Words)
Proposal - 9
I
I
r
I
I
IL
I
[I
I
I
[1
I
I
I
I
ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE: EXTENDED
65 1 LS Third Party Insurance
Coverage (Rider Amount)
1.. oe.hLoQED 41-411-s 9+u) ao--/dollars/LS $ ✓`�•��
(Words) vp
66 60 HR Standby Time During $ loa,40 /HR
// CZighttime Wor& e 71A/A?Lii_Jh�-Ggh� 4�/LM—/dollars/HR $ %0 /�lo.G1'�
(Wo s)
TOTAL BASE BID (ITEMS 1 THROUGH 66) $ //3 0°l/�. /f%
The Bidder shall attach to this Proposal a copy of his General
Liabilities Insurance Coverages in accordance with the requirements
stated on page 16 of the Special Provisions.
By submitting a proposal under this solicitation, except for those
items listed by the of feror below or on a separate and clearly
identified attachment to this proposal, the bidder certifies that
steel and each manufactured product, is produced in the United
States (as defined in the clause Buy American - Steel and
Manufactured Products or Buy American - Steel and Manufactured
Products for Construction Contracts) and that components of unknown
origin are considered to have been produced or manufactured outside
the United States.
Bidders may obtain the lists of articles, materials, and supplies
excepted from this provision in Appendix of these Documents.
(a) The Aviation Safety and Capacity Expansion Act of 1990
provides that preference be given to steel and
manufactured products produced in the United States when
funds are expended pursuant to a grant issued under the
Airport Improvement Program. The following terms apply:
1. Steel and manufactured products. As used in
this clause, steel and manufactured products
include (1) steel produced in the United
States or (2) a manufactured products produced
in the United States, if the cost of its
components mined, produced or manufactured in
the United States exceeds 60 percent of the
cost of all its components and final assembly
has taken place in the United States.
Components of foreign origin of the same class
Proposal - 10
I
H
HI
IH
I
I
I
I
I
I
I
I
I
I
I
or kind as the products referred to in
subparagraphs (b) (1) or (2) shall be treated
as domestic.
2. Components. As used in this clause,
components means those articles, materials,
and supplies incorporated directly into steel
and manufactured products.
3. Cost of Components. This means the costs for
production of the components, exclusive of
final assembly labor costs.
(b) The successful bidder will be required to assure that
only domestic steel and manufactured products will be
used by the Contractor, subcontractor, materialmen, and
suppliers in the performance of this contract, except
those -
(1) that the U.S. Department of Transportation has
determined, under the Aviation Safety and
Capacity Expansion Act of 1990, are not
produced in the United States in sufficient
and reasonable available quantities and of a
satisfactory quality.
(2) that the U.S. Department of Transportation has
determined, under the Aviation Safety and
Capacity Expansion Act of 1990, that domestic
preference would be inconsistent with the
public interest; or
(3) that inclusion of domestic material will
increase the cost of the overall project
contract by more than 25 percent.
The bidder shall complete the following statement by checking the
appropriate space.
The bidder has X has not _ participated in a previous contract
subject to the equal opportunity clause prescribed by Executive
Order 10925, or Executive Order 11114, or Executive Order 11246.
The bidder has X 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 subcontractors.
If the bidder 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 shall
Proposal - 11
I
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
1800 G Street
' Washington, DC 20506
The bidder certifies, by submission of this proposal or acceptance
' of this contract, that neither it nor its principals is presently
debarred, suspended, proposed for debarment, declared ineligible,
or voluntary excluded from participation in this transaction by any
' Federal department or agency. It further agrees that by submitting
this proposal that it will include this clause without modification
in all lower tier transactions, solicitations, proposals,
contracts, and subcontractors. Where the
' bidder/offeror/contractor/or any lower tier participant is unable
to certify to this statement, it shall attach an explanation to
this solicitation/proposal.
Certification Regarding Foreign Trade Restrictions
The contractor or subcontractor, by submission of an offer and/or
'execution of a contract, certifies that is:
a. is not owned or controlled by one or more citizens
' or nationals of a foreign country included in the
list of countries that discriminate against U.S.
firms published by the Office of the United States
Trade representative (USTR).
b. has not knowingly entered into any contract or
subcontract for this project with a contractor that
' is a citizen or national of a foreign country on
said list, or is owned or controlled directly or
indirectly by one or more citizens or nationals of
' a foreign country on said list.
c. has not procured any product nor subcontracted for
' the supply of any product for use on the project
that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary
of Transportation in accordance with 40 CFR 30.17, no contract
shall be awarded to a contractor or subcontractor who is unable to
certify to the above. If the contractor knowingly procures or
' subcontracts for the supply of any product or service of a foreign
country on said list for use on the project, the Federal Aviation
Proposal - 12
I
r�
LI
I
Administration may direct, through the sponsor, cancellation of the
contract at no cost to the Government.
Further, the contractor agrees that, if awarded a contract
resulting from this solicitation, it will incorporate this
provision for certification without modification in each contract
and in all lower tier subcontracts. The contractor may rely upon
the certification of a prospective subcontractor unless it has
knowledge that the certification is erroneous.
' The contractor shall provide immediate written notice to the
sponsor if the contractor learns that its certification or that of
a subcontractor was erroneous when submitted or has become
' erroneous by reason of changed circumstances. The subcontractor
agrees to provide immediate written notice to the contractor, if at
any time it learns that its certification was erroneous by reason
of changed circumstances.
This certification is a material representation of fact upon which
reliance was placed when making the award. If it is later
determined that the contractor or subcontractor knowingly rendered
an erroneous certification, the Federal Aviation Administration may
direct, through the sponsor, cancellation of the contract or
' subcontract for default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render, in good
• faith, the certification required by this provision. The knowledge
and information of a contractor is not required to exceed that
which is normally possessed by a prudent person in the ordinary
' course of business dealings.
This certification concerns a matter within the jurisdiction of an
' agency of the United States of America and the making of a false,
fictitious, or fraudulent certification may render the maker
subject to prosecution under Title 18, United States Code, Section
1001.
' closed a ewith is a bid bond for t � ;17 gasa�yb &h/ -
I UiEJ i AVb Ullvo d 1 rs ($ �j
' which we a ree to the Board of Directors of 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 ninety (90) 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.
Proposal - 13
I
The bidder shall
attach to this
Proposal a copy of
his General
'
Liabilities Insurance Coverages in accordance with the
requirements
stated on page 16
of the Special
Provisions.
1 Addenda No.
H
Li
Dated
Tunle 41 1993
and such addenda are attached hereto and made a part hereof.
Dated at Fayetteville, Arkansas, this /SA day of G� .
1993.
•Respectfully submitte
'
(SEAL, IF CORPORATION) / �e. /R
Business Address ` /MAG5 . r jai"C Title
Arkansas License No. Qfl/%iD9'3
i
I
I
I
I
I
The Bidder shall complete the following information for that
portion of the work proposed to be completed by subcontractors.
The Bidder shall also include the name of the Precast Box Culvert
Supplier.
Proposal - 14
I
1 Employers Mutual Casualty Company
HOME OFFICE - DES MOINES
'BID BOND
NOT VALID IF AMOUNT EXCEEDS $ 960,000.00
' KNOW ALL MEN BY THESE PRESENTS: That we
' EITCEENER EXCAVATION, INC.
as Principal, and EMPLOYERS MUTUAL CASUALTY COMPANY, a corporation
organized and existing under the laws of the State of Iowa and
' authorized to do business in the State of Arkansas, as Surety, are
held and firmly bound unto
' CITY OF FAYETTEVILLE, ARKANSAS
as Obligee, in the sum of FIVE PERCENT OF THE AMOUNT BID (5% of bid),
lawful money of the United States of America, to the payment of which
' sum of money well and truly to be made, the Principal and Surety bind
themselves, their and each of their heirs, executors, administrators,
successors and assigns, jointly and severally, by these presents.
' THE CONDITION OF THIS OBLIGATION IS SUCH that if the Obligee shall
make any award to the Principal for:
' FAYETTEVILLE ARKANSAS MUNICIPAL AIRPORT IMPROVEMENTS
AIF #3-05-0020-17
FAYETTEVILLE, ARKANSAS
' according to the terms of the proposal or bid made by the Principal
therefor, and the Principal shall duly make and enter into a contract
with the Obligee in accordance with the terms of such proposal or bid
t and award and shall give bond for the faithful performance thereof,
with the Employers Mutual Casualty Company as Surety or with other
Surety or Sureties approved by the Obligee; or if the Principal shall,
' in case of failure so to do, pay to the Obligee the damages which the
Obligee may suffer by reason of such failure not exceeding the
penalty of this bond, then this obligation shall be null and void;
otherwise it shall be and remain in full force and effect.
' Signed, Sealed and Dated JUNE 15, 1993
MITCHENER EXCAVATION, INC.
v
' By: e JAMES R. MITCfIENER
11 PRESIDENT
' EMPLOYERS MUTUAL CASUA TY COMPANY
fl1 By:
Witness n A. ashion
homey -in -Fact
1
I �•
' Employers Mutual Casualty Company N, 00 8
o
Home Office • Des Moines, Iowa —
' POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that the Employers Mutual Casualty Company, a Corporation duly organized under the laws of the State of
' Iowa and having its office in the City of Des Moines in said State, does hereby nominate, constitute and appoint, individually.
KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION JR., SHIRLEY STAIN, CARLA SUE
HOLLIS, WILLIAM R. PLmGE, DAVID F. FEILD, INDIVIDUALLY, LITTLE ROCK, ARKANSAS-----------
' its true and lawful Attorney -in -Fact, with full power and authority conferred to sign, seal and execute its lawful bonds, undertakings. and other obligatory
instruments of a similar nature as follows:
ANY AND ALL BONDS
and to bind the Employers Mutual Casualty Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized
officers of the Employers Mutual Casualty Company, and all the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following Resolution of the Board of Directors of the Company regularly
adopted at a meeting duly called and held on June 10, 1953:
"RESOLUTION"
APPOINTMENT OF ATTORNEY -IN -FACT
(a) The Chairman of the Board of Directors, the President, any Vice President, the Treasurer and the Secretary shall have power and authority
to (1) appoint attorney -in fact and authorize them to execute on behalf of the Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in-
' fact at any time and revoke the power and authority given to him.
(b) Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them to execute and
deliver on behalf of the company and attach the seal of the company thereto, bonds and undertakings, recognizances, contracts of indemnity
' and other writings obligatory in the nature thereof. and any such instrument executed by any such attorney -in -fact shall be fully and in all respects
binding upon the company.
The Authority hereby granted shall expire April 1 19 96
IN WITNESS WHEREOF, the Employers Mutual Casualty Company has caused these presents to be signed by its President and Secretary and its cor-
porate seal to be thereto affixed this 2nd day of March _ , 19 91.
Employers Mutual Casualty Company
BY:
i K6�g7�,,r f
SEAL i'j_q- Bruce G. Kelley. President
BY:
STATE OF IOWA ss. Philip T. Van Ekeren, Secretary
COUNTY OF POLK I
'On this 2nd day of March _ . A.D. 19 93 ,before me a Notary Public in and for Polk County, Iowa, personally appeared Bruce
G. Kelley and Philip T. Van Ekeren, who being by me duly sworn, did say that they are the President and Secretary. respectively of said Employers Mutual
Casualty Company, that the seal affixed to said instrument is the seal of said corporation, that said instrument was signed and sealed on behalf of said
corporation by authority of its Board of Directors; and that said Bruce G. Kelley and Philip T. Van Ekeren acknowledge the execution of said instrument
to be the voluntary act and deed of said corporation by it voluntarily executed.
My Commission Expires October 3 19 gs /S4
' • `'"fi "'
Kristie L. I} ler Notary Public
CERTIFICATE
I
1, David L. Hixenbaugh Vice President of the Employers Mutual Casualty Company, do hereby certify that the foregoing
instrument is a true copy of a Power of Attorney duly and regularly issued by said Company and that the same is still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the corporate seal of said Company this _5th day of Ti-une
19 93 _
Form 7830
David L. H' nbaugW Vice President
I
I
Ii
I
I
I
CERTIFICATION OF BIDDER REGARDING
' EQUAL EMPLOYMENT OPPORTUNITY
I
I
I
I
I
I
IT]
I
I
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
BIDDERS ,
NAME MITCHENER EXCAVATION, INC.
ADDRESS
RUSSELLVILLE, AR 72801
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER 71-0635112
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
equal opportunity clause.
Equal Employment Opportunity - 1
I •••• •
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
CERTIFICATION OF NONSEGREGATED FACILITIES:
t he
The federally assisted construction contractor certifiessegregated
does not maintain or provide for his employees any does not
9 4
facilities at any of his establth irn tsservices , and tattany location
his employees to performunder his control, where segregated facilities are maintained. The
r s that
federally assisted constructionprovide for hisoemployeeseanyusegregated
he will not maintain or
facilities at any of his establthirn services tattany location,
he will not
permit his employees to perform
under his control, where segregated facilities are maintained. The
federally assisted construction contractor agrees that a rtunitreachy of
this certification is a violation of the equal oPP the term
se
in this contract. As used in this certification,
irooms,onwork areas,
"segregated facilities" means any
restrooms and washrooms, restaurants and other eating areas, essingtimeclocks, locker rooms and other storage
r recreation or r entertainment
reas,
parking lots, drinking fountains, facilities d for
areas, transportation, andhousing
o explicit directive or are in fact
employees which are segregated by
segregated on the basis of race, color, religion, sex or onionl
origin, because of habit, local custom, or any other reason* (except
federally assisted construction contractor agrees that
where he has obtained identical certifhe will obtaiproposed
subcontractors for specifics time periods)n identical
certifications from proposed subcontractors prior to the award of
subcontracts exceeding $10,000 which are not exempt front the
and that he will retain
provisions of the equal opportunity clause,
such certifications in his files.
NOTICETO
PROSPECTIVE
ECONTACTORS OF REQUIREMENT FOR CERTIFICATION
OF NONSEGREGATED
A Certification of Nonsegregated Facilities must be submitted prior
to the award of a contractor bof the Equal Opportunity Clause contract ceeding $10,000 which
is not exempt from the provisions
1
Equal Employment opportunity - 2
,
Certification - The information above is true and complete to the
best of my knowledge and belief.
JAMES R. MITCHENER, PRESIDENT
Name and Title of Signer (Please type)
' ' nature
JULY 21,1993
' Date
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
Equal Employment opportunity - 3
11
BIDDERS
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
'o.ficv' 137
GENERAL
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER $S -/4p -/4/,y
NONSEGREGATED FACILITIES
f7Z7oz
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
equal opportunity clause.
Equal Employment Opportunity - 1
■ .
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. ].001.
CERTIFICATION OF NONSEGREGATED FACILITIES:
The federally assisted construction contractor certifies es that
aathe
'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. that
The
federally assisted construction for hisoemployeesr es anyusegregated
he will not maintain or provide and that he will not
'facilities at any of his establishments,
permit his employees to perform their services at any location,
under his control, where segregated facilities are maintained. The
federally assisted construction contractor agrees
opportunity breach of
this certification is a violation of the equal the term
se
in this contract. As used in this certification,
eificatlo work areas,
"segregated facilities" means any waiting
rooms' restrooms and washrooms, restaurants and other eating areas,
timeclocks, locker roomsfand ountaother recreation tostorage
odressing airman,
parking lots, drinking facilities provided for
ortation, and housing
areas, transp explicit directive or are in fact
employees which are segregated race,by color, religion, sex or national
segregated on the basis °flocalcustom, or any other reason. The
origin, because of habit, (except
federally assisted construction contractor agrees that osed
where he has obtained identicaleriods)fic will obtain iations from dentical
subcontractors for specific time p
osed to of
subcontractsn exceed ngp subcontractors prior
from $10, 000 whichare not exempt e from award
' 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 which
ted prior
' to the award of a contract or Equal Opp rtract ceeding inity Clause.
is not exempt from the provisionsof
Li
I
I
Equal Employment Opportunity
Certification - The information above is true and complete to the
best of my knowledge and belief.
(4/1rffs A Q is L% c 4er-sionlr
Name and Title of Signer (Please type)
Signature
7/z//93
Date
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
Equal Employment opportunity - 3
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
BIDDERS ,
NAMF. NORTHWEST ELECTRIC INC.
POBOX 694 FAYETTEVILLE, AR. 72702
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER 71-0462823
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
equal opportunity clause.
Equal Employment opportunity - 1
I;
The penalty for making false statements
I
NOTE:
prescribed in 18 U.S.C. 1001.
1
I
I
I
I
CERTIFICATION OF NONSEGREGATED FACILITIES:
The federally assisted construction contractor certifies that
tthe
does not maintain or provide for his emp and that he does not
any facilities at any of his ltheirn services at any location,
ts,permit his employees to perform
under his control, where segregated facilities are maintained. The
that
federally assisted construction for hisoemployeesr es anyusegregated
he will not maintain or provide and that he will not
facilities at any of his ltheirn services at any location,
ts, permit his employees to perform
under his control, where segregated facilities are maintained. The
federally assisted construction contractor agrees that
breach
clause
this certification is a violation of the equal opportunity
in this contract. As used in this certification,
workheareasm
sisegregated facilities" means any waiting
rooms,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 dBrio iv sex or national
e or are in fact
segregated on the basis of race, color, religion,
because of habit, local custom, or any other reason. The
origin, (except
federally assisted construction contractor agrees that P
where he has obtained identical certifications froin m proposed
subcontractors for specific proposed subcontractors prior
elawardcof
subcontracts exceeding $
provisions of the equal opportunity clause, and that he will retain
such certifications in his files.
in offers is
NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION
OF NONSEGREGATED FACILITIES:
' A Certification of
to the award of a
is not exempt from
I
U
Nonsegregated Facilities must be submitted which
contract or subcontract exceeding 10,000
Clause.
the provisions of the Equal opportunity
Equal Employment opportunity - 2
Certification - The information above is true and complete to the
best of my knowledge and belief.
DELANO COTTON, President
Name and Title of Signer (Please type)
JULY 21, 1993
Date
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
Equal Employment opportunity - 3
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
BIDDERS
ADDRESS
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER
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
equal opportunity clause.
Equal Employment opportunity - 1
I.I
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
CERTIFICATION OF NONSEGREGATED FACILITIES:
that he
The federally assisted rconstruction
hisntractor employeeseYanylsegregated
'does not maintain or provide for
facilities at any of his establishments, and that he does
' location,
permit his employees to perform their services at any
under his control, where segregated facilities are maintained. The
that
federally assisted construction
oemployeescertifies
anyusegregated
he will not maintain or provide for his
facilities at any of his ltheirn services tattany location,
'he will not
permit his employees to perform
under his control, where segregated facilities are maintained. The
federally assisted construction contractor agrees opportunity that a each of
clause
' this certification is a violation of the equal in this contract. As used in this certification, the term
"segregated work areas,
facilities" means any waiting
' restrooms and washrooms, restaurants and other eating
timeclocks, locker rooms and otherstorage
o r dree tog areas,
ainment
parking lots, drinking fountains, recreation
areas, transportation, and housing facilities provided for
' employees which are segregated by explicit directive r or national
in fact
segregated on the basis of race, color, religion,
because of habit, local custom, or any other reason. The
origin, (except
' proposed
federally assisted construction contractor agrees that P
where he has obtained identicalstimperiods)iCatj0s will obtain identical
subcontractors for specific time p riot to the award of
' certifications from proposed subcontractors
not exempt from the
the equal opportunity clause,
such certifications in his files.
NOTICE
CE TO PR ATEDPROSPECTIVE
CONTRACTORS OF REQUIREMENT FOR CERTIFICATION
N
t rior
A Certification of Nonsegregated Facilities must be submitted which
to the award of a contract or subcontract exceeding 1O,
is not exempt from the provisions of. the Equal Opportunity Clause.
LI
I
Equal Employment Opportunity
Certification - The information above is true and complete to the
best of my knowledge and belief.
1.{ Vf
,{y�orjI p I
Ou5j, —
Da e
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
Equal Employment Opportunity - 3
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
BIDDERS
ADDRESS
V
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER 7/-CS#1OO7
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
equal opportunity clause.
Equal Employment Opportunity - 1
IS.
' 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 es segregated
fae
cilities' does not maintain or provide for his employees any g 9
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
that
federally assisted construction
oemployeescertifies
anyusegregated
he will not maintain or provide for his
facilities at any of his establishments,
services tattany location,
'he will not
permit his employees to perform
under his control, where segregated facilities are maintained. The
federally assisted construction contractor agrees that
breach
clause
' this certification is a violation of the equal opportunity the term
in this contract. As used in this certification,
areas,
"segregated facilities" fierns any staurants waiting
other s eating areas,
' restrooms and washrooms, storage or dressing areas,
parking
ocks, locker rooms and other recreation or entertainment
parking lots, drinking fountains, provided for
areas, transportation, and housing facilities p
' 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
(except
' federally assisted construction contractor agrees that et
where he has obtained identical certifications
will obtain identical
ical
subcontractors for specific time periods)
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.
I
I
I
NOTICE
TO pR ATEDC IVE NTRACTORS OF REQUIREMENT FOR CERTIFICATION
OF
rior
which
A Certification of Nonsegregated Facilities must be submitted p
to the award of a contract or
tract yceeding $10,000the Equal Opportunity Clause.
is not exempt from the provisions of
Equal Employment Opportunity
I',
1
1
1
1
1
1
1
i
1
Certification - The information above is true and complete to the
best of my knowledge and belief.
Leon Roe rtA Uwne e.
Name and Title of Signer (Please type)
at
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
Equal Employment opportunity - 3
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
BIDDERS
NAME
S '7
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER 44O J? 5
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
equal opportunity clause.
Equal Employment Opportunity - 1
0
r '
I.
NOTE:
J
7
H
n
I
I
I
I
I
I
I
A Certification of Nonsegregated Facilities
' to the award of a contract or subcontract
is not exempt from the provisions of the E1
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 t
segregated
does not maintain or provide for his employeesany
facilities at any of his ln services that atany locationt
permit his employees to performtheir
under his control, where segregated facilities are maintained. The
federally assisted construction contractor certifies fursegregatedher that
he will not maintain or provide for his employees any
facilities at any of his establishments,
services that
tany locationwill t
permit his employees to performtheir
under his control, where segregated facilities are maintained. The
federally assisted construction contractor agrees that
hab
this certification is a violation of the equal
qs certification,
opportunityreach of the ause
in this contract. As used in thisiting ificat,on, t areas,
Issegregated facilities" means any 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
of
certifications from proposed subcctorS are not prior
to exempte from award
the
subcontracts exceeding $10,000 which
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:
I
must be submitted prior
exceeding $10,000 which
xal opportunity Clause.
Equal Employment opportunity
Certification - The information above is true and complete to the
best of my knowledge and belief.
Name an ,Ti le of Signer (Please type)
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
Equal Employment opportunity - 3
NOTICE OF AWARD
J
tNOTICE OF AWARD
To: Mitchener Excavation, Inc.
705 5. El Mira
Russellville. AR 72714-2399
PROJECT DESCRIPTION: Taxiway Extension, Blast Pads, Obstruction
Removal, and Drainage and Grading Improvements at Drake Field.
Fayetteville Municipal Airport.
The OWNER has considered the PROPOSAL submitted by you for the
above described WORK in response to its NOTICE TO CONTRACTORS.
You are hereby notified that your PROPOSAL has been accepted
' for the Proposed Airport Improvements referenced above in the
amount of $_730,726.41 ,
You are required to execute the CONSTRUCTION CONTRACT in its
' entirety and furnish the required PERFORMANCE AND PAYMENT BOND and
certificates of insurance within fifteen (15) calendar days from
the date of this notice to you.
L
L
L
L
C
L
I
If you fail to execute said Unit Price Contract and to furnish
said bonds within fifteen (15) days from the date of this NOTICE,
said OWNER will be entitled to consider all your rights arising out
of the OWNER'S acceptance of your PROPOSAL as abandoned and as a
forfeiture of your BID BOND. The OWNER will be entitled to such
other rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE
OF AWARD to the OWNER.
Dated this 18th day of June , 1993.
Lm
City of Fayetteville
Fred Hanna
Title Mayor
Notice of Award - 1
I
ACCEPTANCE OF NOTICE
' Receipt of the NOTICE OF AWARD presented heretofore is hereby
acknowledged by Mitchener Excavation. Inc.
this the day of , 1993
1
t• BY
James R. Mitchener
Title President
1
1
1
1
1
Notice of Award - 2
C�Z�T► 1 � �7_T� �
h
INSURANCE BINDER
INSURANCE AND BONDS
THE INSURING COMPANY DOES HEREBY ACKNOWLEDGE ITSELF BOUND DURING THE PERIOD OF THIS BINDER FOR SUCH COVERAGES LISTED IN ITEM 2 AS INDICATED BY
A LIMIT OF LIABILITY OR AMOUNT OF INSURANCE APPLICABLE THERETO ON THE RISK HEREIN DESCRIBED. SUBJECT TO THE INSURING AGREEMENTS. EXCLUSIONS, CONDI.
TIONS, AND OTHER TERMS OF THE POLICY FORM PROVIDED THE COMPANY'S UNDERTAKING HEREUNDER SHALL BE WITH RESPECT ONLY TO SUCH COVERAGES AS ARE
AFFORDED BY IT UNDER THE POLICY FORM
NAME OF INSURED
CITY OF FAYETTEVILLE
ADDRESS
OCCUPATION
113 WEST MOUNTAIN
vlvlrrItVIT.LP, AR 72701
2. Type of Coverage
Limits of Liability or Amount of Insurance
OWNER'S & CONTRACTOR'S
$ 1,000,000. OCCURRENCE
PROTECTIVE LIABILITY
$ 2,000,000. AGGREGATE
CONTRACTOR
MITCHENER EXCAVATION, INC.
705 SOUTH EL MIRA
RUSSELLVILLE, AR 72801
FAYETTEVILLE ARKANSAS MUNICIPAL AIR]
'ORT IMRPROVEMENTS
(AIP305002017) DRAKE FIELD, HIGHWAY
71 SOUTH
CONTRACT AMT $ 717,216.
INCLUDE ENGINEER AS
ADDITIONAL INSURED
McCLELLAND CONSULTING EGINEERS, INC
P.O. BOX 1229
FAYETTEVILLE, AR 72702
3. A PREMIUM CHARGE IN ACCORDANCE WITH THE APPLICABLE RULES AND RATES OF THE MANUAL IN USE BY THE COMPANY WHEN THIS BINDER BECOMES EFFEC-
TIVE SHALL BE MADE FOR THE PERIOD COVERAGE IS IN EFFECT. ACCEPTANCE BY THE INSURED OF A POLICY IN PLACE HEREOF SHALL RENDER THIS BINDER NULL
THE AGENT BY MAILING TO THE COMPANY WRIT.
AND VOID AS OF THE EFFECTIVE DATE OF SUCH POLICY. THIS EITHER MAY BE CANCELED BY THE INSURED OR BY
CANCELLATION SHALL BE EFFECTIVE. THIS BINDER MAY BE CANCELED BY THE COMPANY BY MAILING TO THE
TEN NOTICE STATING WHEN THEREAFTER SUCH
INSURED AT THE ADDRESS SHOWN ABOVE AND TO THE AGENT WRITTEN NOTICE STATING WHEN. NOT BEFORE 12:01 A.M. THE THIRD BUSINESS DAY FOLLOWING
THE DATE OF MAILING, SUCH CANCELLATION SHALL BE EFFECTIVE. DELIVERY OF WRITTEN NOTICE SHALL BE EQUIVALENT TO MAILING.
THIS BINDER EFFECTIVE
THIS BINDER ISSUED
DATE HOUR
DATE06-23-93 HOUR
THE C COMP Y c
By
321 SCOTT ♦ P. O. BOX 550 ♦ LITTLE ROCK, ARKANSAS 4501-376-0716• FAX (501) 376-2118
T,
r
I
I
1
1
I
t . r a�'.I ^ { a N7�—. • r Y :.I r N. •I I�{ ,ice
a Y �r'�" ry{ y `� *� �` + M f g. �} �','%• S �Z Uy!+'IS IT�ww1}
'3e�.p� jY Z D."i� Illlf: J-.. [ \�Rt�R��Ya �b�'�/.�^I {<�l r[A " Anl� 1 �:"� 'I`.!'1'!aY %'\ Kr'/il brY7t lnl 11 .A A•Y{.
�'"'aia5.�v�CN 'Ci✓11". a .•.'' .moo_. :' c1Y.`r"}.v:1.Y.: vk���iieaV/.l :l'.i..i�i�. '...I+f..'}�(:�r�i �I'Y.i������\I'.�.Vw�.a L{L• u'+.4r.a�`{,•��Ij II'rU r..•.V� t
TYWU'.TN tui tp,ica wtith ASSMAlTI:R (S IMO0P,1ATN1M OMt.Y A,ID I
CONrR!LA NO RIaIrt'P LtONT116 CBP:rtl ICATR H0LTI .TIMCRP'I IC -14T} ii j
OOPS NOT VIAND. SWAM OR AJ.TRP tag COYAR%gR 4ITi1Rpr. . by nut
IDLicit$ Bit (3W -
b. C,ryt•',,,r C` nq Nlj', hut _.__..__,_.�.___.... --.. _ ,. �.._ _..-._ -.. .-.._ _.—._._•___ ...y..........,...
N, a,. ;::n COMPANIES AFFORbtNG COVERAGE
COaIPMI'
LRYI v4 }pnGVEr 1r,orAMa Co. i
1 �!i. Y.+!, AR 7'22113 A
a p
_ - ._.. p. ... .. .._ . _____ _._-.__.. .-. 1-Mj riR P Hnr.Ordf jANgncf Co. j
. _ _-..._. __ _.. .... _. _ , . _ ._.. _ _-1
.....,-,l
CVMMNY \ .. ..
LIrCI IIR C "
(.ai:Avrli(1n, UDAIPANY _.__. -. .. .. ..._
'(€ 9. "Ct. [: Mi,r 1.1x1 n.R 1) H.rA'+u trn,r.nc. Co
._-..----------- ......_..____. _... ...__ L.
" 211)Cuari4v .
� 1 S.1 ar T'•--_?� �r 4 s "C 1 •.f. �r
ciA'.n.4 a p , U a `ii4% xx n eS I'1`1 to 5! ! •,) Ic `� i� i a i
1 f 9 �n.j.. ". .. b. a•r. -_ a-.> 'LI �o 1{ i .w�.�.1`i n... �P ./ b11 �:I G`)�1n lx''V•l r , �.j:.. . �•. r 1 {•�' r•gid �'�.:Y Ji•
ti P:1 T(, cfv rlil rvt kE Pan IIeICfOeImv %PVLR I.ITrPM RCI.OM'INYj fRP_N IMIVD TOTNI II%3t7rn N.c%frb AROrf IOR nip. MLlV PF.MIOD I
i\I-IrA1 M Nr,i till l�! MI'LNC ANY ARQ14MgMrnr, TRRM OR (rCbrT11A4 Jr AIY CONTMCT OR OI'ION DOCU4CNT NTTR NLar&LI TO NTDfll Ti@1
P151IrV'A 9MAY Lf lali;FO UR MAY IWMTAIM, T NR P5tRANCI ArA-,MrnpY IWc PO1,I47110D er;RmII,D RR RRIM 67DR.R.LT TO N.1. TOM 17 e1111 1 i
R:CI IARW A`4' Ci1',1 o%% O1 SI'C11 rt*LlC1tn. UF111S ! RONN MAY NAY1l bllN Rrl)trtn hb ►AM t IAIMI
COI TVri. fA Qa•T:v-a POLICY ter Pot10 Itxf
R17ICY N{.MNCR I,1P'tA '
YM i DAI R 11MTMY) MATT MRITbDAYI
2U'IAI6A00001 I0r0f.42 1Ur04/?3 -_,_
LA.CRCCt! lYYj0p� A
$1, n4 N' at?.v A'-11• At 111 Y Mtur AC4120(00® I
i J•Y 4f.� MA15 ' x]O\: pMY • 2(gO,pO A-- IM ._ .. ..:.__.
_ "Jl".:RRA 1c•rV•. i`, r0.,.1 UPC,R Z!S-- ij _ -i _. .-- M1f,R4...nei. 1..soo
-I-.-- -_..-I .. _ _ P
_M D.MI. rDel rw' $000
All I.1'I ;(2('o
Ya]T .;•r4 ;
DI
1T::FF14-Co j C-vi.v iJv
A '
Rarn.rrrP'5! i r¢il lit
�OTifi r, j
1')u4 u2 I00:19j CocI1I rDA1.•rdM 1 WJ00
LIMIT
N Till V Up'RC •.�
_._. .. 1 r. ._
WOOLY PIA AV .
(f+•t•.,,1)
PAWER1l DAN u:A
-
I
DtLirt k%NOP *r:$'.•1t,'Z111,('AII0NS,YTII:(I RctPC1AL RLW
FOM. FAl%%i TIIN 4 I,): ARR ANSAS MUNICIPAL AIRPORT fltPROVETJPP+TS
/!li 45Gaj DV 2. E YIELD, UIUUWAY 71 SO%TLB. PAYH1TEl111.1,P, AR
ill-AYL;rirVLLLE
AI3'N'. 1•;)y RATES
L.R, AR 72701
to to/G4.9i
MfIASR.PR(Y U'RT
Dttr1PR•RACtl ftP.
SNOW) ANY OVTGP VIUVY OARCRIRr71 POI ICifl DR CAN(.71.1 Rr' Icit I'j
RArIRAT'!ON DATA IILGRT,Or, TOGS ISACINC C.OMPMI' *11.1. R!rt'!AvQR1'O
MAIL J. DAYS WATI•ttN No rics I'a11DR CY'P'tylciTY IIDI,RF.R NAa,Rl, TOTIR
I.IIT, i1vr FMI,URRTO MAIL Avgs me AIl.I.tI WrVst NO 0NI.Ir:A11c1i )R
J
LMAIUTY DAM' W IA CPoN TRS LV PVAW, Ill ACCERD OR RT•,tc4t'T4tjfl,
All IPfR12RM ftRPAlA1 :¢;�jlYE //... -' .4 .l
r
NOTICE TO PROCEED
I1
NOTICE TO PROCEED
To: Mitchener Excavation, Inc. Date:
705 West El Mira Project: Taxiway Extension,
Russellville, AR 72801 Blast Pads, Obstruction Removal,
Drainage & Grading Improvements at
Drake Field. Fayetteville Municipal
Airport
You are hereby notified to commence WORK in accordance with
the Contract dated July 20, 1993, on or before
1993, and you are to complete the WORK within 120 calendar
days.
City of Fayetteville
By:
Fred Hanna
Title: Mayor
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO
PROCEED is hereby acknowledged by
this the day of
I By:
Title President
Ii
I
L�
1993.
Notice to Proceed - 1
I
'.4 YK �'l�J VXW.•. fl.
.
PERFORMANCE BOND
I
L
r
C
I
I
I
I
I
I
I
I
C
I
I
I
KNOW ALL MEN BY THESE PRESENTS: That we Mitchener Excat
Inc.. an Arkansas Corporation , hereinafter called "Principa
FMPTnYF.RS M[TTTTAT. ('ASIIATTV ('LVPANY of DFS Mf)TNFS
State of IOWA , hereinafter called "S}r
are held and firmly bound unto the City of Fayetteville, Aron
hereinafter called "Owner", in the penal sum of Seven 9
Thirty Thousand. Seven Hundred Twenty-six and 41/100 dollars- •
( $730,726.41) in lawful money of the United States, ford tt
payment of which sum well and truly to be made, we bind ourselvesr
our heirs, executors, administrators and successors, jointly and
severally, firmly by these presents.
-'
ran
a u
THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the
Principal entered into a certain contract with the Owner, dated the
20th day of July , 1993, a copy of which is hereto attached
and made a part hereof for the construction of improvements to the
City of 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,
alteration 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 way 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.
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.
Performance Bond - 1
3,
m
C-)
0
0
I
I
I
I
I
C
I
I
This bond is given in compliance with Act 351, Arkansas Acts
of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as
Arkansas Statutes (1957) Section 51-635, Cumulative Supplement.
IN WITNESS HEREOF, this instrument is executed in six (6)
counterparts each one of which shall be deemed an original, this
the 20th day July , 1993.
•
(Surety) OXJtVfl
I
' Huuress
I
I
1
1
Mitchener Excavation. Inc.
Principal
By: 1€]
Qhmes R. Mitchener, Pres.
705 S. El Mira
Russellville. AR 72801
Address
EMPLOYERS MUTUAL CASUALTY COMPANY
Surety
(SEAL) By:
Shirley Stain, At orney- -fact
.. 1
Performance Bond - 2
I
' Employers Mutual Casualty Company N° 0 2368
Home Uffice • Des Moines, Iowa
POWER OF ATTORNEY
' KNOW ALL MEN BY THESE PRESENTS, that the Employers Mutual Casualty Company, a Corporation duly organized under the laws of the State of
Iowa and having its office in the City of Des Moines in said State. does hereby nominate, constitute and appoint, individually:
KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION JR., SHIRLEY STAIN, CARLA SUE
HOLLIS, WILLIAM R. PLEGGE, DAVID F. FEILD, INDIVIDUALLY, LITTLE ROCK, ARKANSAS-----------
' its true and lawful Attorney -in -Fact, with full power and authority conferred to sign. seal and execute its lawful bonds, undertakings, and other obligatory
instruments of a similar nature as follows:
ANY AND ALL BONDS
1 and to bind the Employers Mutual Casualty Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized
officers of the Employers Mutual Casualty Company, and all the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
'This Power -of Attorney is made and executed pursuant to and by authority of the lollowing Resolution of the Board of Directors of the Company regularly
adopted at a meeting duly called and held on June 10, 1953:
"RESOLUTION"
APPOINTMENT OF ATTORNEY -IN -FACT
'
(a) The Chairman of the Board of Directors, the President, any Vice President. the Treasurer and the Secretary shall have power and authority
to (1) appoint attorney -in -fact and authorize them to execute on behalf of the Company and attach the seal of the Company thereto, bonds and
undertakings. recognizances. contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in-
' fact at any time and revoke the power and authority given to him.
(b) Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them to execute and
deliver on behalf of the company and attach the seal of the company thereto, bonds and undertakings, recognizances, contracts of indemnity
and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects
'binding upon the company.
The Authority hereby granted shall expire April 1 19 96
IN WITNESS WHEREOF, the Employers Mutual Casualty Company has caused these presents to be signed by its President and Secretary and its cor-
' porate seal to be thereto affixed this 2nd _ day of March 19 _9a_
Employers Mutual Casualty Company
' BY: J//
I KRISTIE L. Ty- _;?
' SEAL 'y o "if°' 'r% Bruce G. Kelley. President
BY:
STATE OF IOWA Philip T. Van Ekeren, Secretary
COUNTY OF POLK ss
On this 2nd day of March , A.D. 19 93 , before me a Notary Public in and for Polk County, Iowa, personally appeared Bruce
' G. Kelley and Philip T. Van Ekeren, who being by me duly sworn, did say that they are the President and Secretary, respectively of said Employers Mutual
Casualty Company, that the seal affixed to said instrument is the seal of said corporation: that said instrument was signed and sealed on behalf of said
corporation by authority of its board of Directors: and that said Bruce G. Kelley and Philip T. Van Ekeren acknowledge the execution of said instrument
'to be the voluntary act and deed of said corporation by it voluntarily executed.
My Commission Expires octcoer.1995. _ I_46
I
I, David L. Hixenbaugh Vice President of the Employers Mutual Casualty Company, do hereby certify that the foregoing
instrument is a true copy of a Power of Attorney duly and regularly issued by said Company and that the same is still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the corporate seal of said Company this 20th day of July
1993 _
' Form 7830 David C. Vice President
U'Jcr
Kristie L. Tyler Notary Public
CERTIFICATE
n
I
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: That we Mitchener
Excavation. Inc., an Arkansas Corporation , hereinafter called
"Principal" and FMPIfIYF.RS 4Ti1JAL CA U LTYCOMPANY of
' nF¢ WITNFc State of T(lWA , herein t49
called "Surety", are held and firmly bound unto the city c
Fayetteville, Arkasnas, hereinafter called "Owner", in the niT o
Li
I
L
I
I
C
C
I
I
sum of Seven Hundred Thirty Thousand Seven Hundred Twenty-§i44a
41/100 dollars ($_730,726.41 ) in lawful money of the 'rbite
States, for the payment of which sum well and truly to be made, w®
bind ourselves, our heirs, executors, administrator* oar
successors, jointly and severally, firmly by these present sv ° f-+ o
n o
THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the
Principal entered into a certain contract with the Owner, dated the
20th day of July , 1993, a copy of which is hereto attached
and made a part hereof for the construction of improvements to the
City of 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,
alteration 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 way 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.
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.
Payment Bond - 1
I
IN WITNESS HEREOF, this instrument is executed in six (6)
counterparts each one of which shall be deemed an original, this
the 20th day July , 1993.
ATTEST:
incipal)
(SEAL)
-Noms
(Surety) sjcecjaw
(SEAL)
Mitchener Excavation, Inc.
Princip1
By: mes R. Mitchener, Pres.
705 S. El Mira
Russellville, AR 72801
Address
By:
Shirley Stain, At orney-i fact
P. 0. Box 550, i.itt1p Rock, AR
Address 72203
Payment Bond - 2
fl
l 1
' Employers Mutual Casualty Company o
0 2 3 6 2
Home Office • Des Moines, Iowa N_
POWER OF ATTORNEY
' KNOW ALL MEN BY THESE PRESENTS. that the Employers Mutual Casualty Company, a Corporation duly organized under the laws of the State of
Iowa and having its office in the City of Des Moines in said State. does hereby nominate, constitute and appoint. individually:
'KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION JR., SHIRLEY STAIN, CARLA SUE
HOLLIS, WILLIAM R. PLEDGE, DAVID F. FEILD, INDIVIDUALLY, LITTLE ROCK, ARKANSAS
Uits true and lawful Attorney -in -Fact, with full power and authority conferred to sign, seal and execute its lawful bonds. undertakings. and other obligatory
instruments of a similar nature as follows:
ANY AND ALL BONDS
' and to bind the Employers Mutual Casualty Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized
officers of the Employers Mutual Casualty Company, and all the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
'This Poweraf-Attorney is made and executed pursuant to and by authority of the following Resolution of the Board of Directors of the Company regularly
adopted at a meeting duly called and held on June 10, 1953:
"RESOLUTION"
APPOINTMENT OF ATTORNEY -IN -FACT
' (a) The Chairman of the Board of Directors, the President, any Vice President, the Treasurer and the Secretary shall have power and authority
to (1) appoint attorney -in -fact and authorize them to execute on behalf of the Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in-
' fad at any time and revoke the power and authority given to him.
(b) Attorneys -in -fad shall have power and authority, subject to the terms and limitations of the power of attorney issued to them to execute and
deliver on behalf of the company and attach the seal of the company thereto, bonds and undertakings, recognizances, contracts of indemnity
and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fad shall be fully and in all respects
'binding upon the company.
The Authority hereby granted shall expire April 1 19 96
IN WITNESS WHEREOF, the Employers Mutual Casualty Company has caused these presents to be signed by its President and Secretary and its cor-
' porate seal to be thereto affixed this 2IICL- day of _March _ , 19 93 .
Employers Mutual Casualty Company
' BY: L i//4i KcIs_T ._
-..:tEy 0^ ti 'Cf.' ' SEAL �Yr_ Bruce G. Kelley, President
BY: 'n//H7Grruu.�
STATE OF IOWA
COUNTY OF POLK } Philip T. Van Ekeren, Secretary
' ss.
On this 2nd day of March A.D. 19 93 , before me a Notary Public in and for Polk County, Iowa, personally appeared Bruce
'G. Kelley and Philip T. Van Ekeren, who being by me duly sworn, did say that they are the President and Secretary, respectively of said Employers Mutual
Casualty Company, that the seal affixed to said instrument is the seal of said corporation; that said instrument was signed and sealed on behalf of said
corporation by authority of its Board of Directors; and that said Bruce G. Kelley and Philip T. Van Ekeren acknowledge the execution of said instrument
to be the voluntary act and deed of said corporation by it voluntarily executed.
My Commission Expires web,= 2 , 19 gs . /)
I
I, David L. Hixenbaugh Vice President of the Employers Mutual Casualty Company, do hereby certify that the foregoing
' instrument is a true copy of a Power of Attorney duly and regularly issued by said Company and that the same is still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the corporate seal of said Company this 20th day of July
19 93 -
AIA1 J 7•
Kristie L. Tyler Notary Public
CERTIFICATE
' Form 7830
David L. Hix�bau_ Vice President
I
ICONTRACT
' STATE OF ARKANSAS
CITY OF FAYETTEVILLE
I,
THIS AGREEMENT, made and entered into this 20th day of
' July , 1993 by and between the City of Fayetteville. Arkansas,
Party of the First Part, hereinafter called the OWNER and
Mitchener Excavation. Inc. , Party of the Second Part,
hereinafter called the CONTRACTOR.
' WITNESSETH THAT:
' WHEREAS, the OWNER has called for bids for the construction of
Taxiway Extension. Blast Pads. Obstruction Removal and Drainage and
Grading Improvements at Drake Field as set out in the
Specifications and Plans No. FY932102 and,
WHEREAS, the CONTRACTOR agrees with the Owner to commence and
complete the construction of a 40 foot x 1250 foot taxiway
' extension, blast pads at each end of the runway, obstruction
removal, and drainage and grading improvements and all
miscellaneous related work for a finished job, the unit prices bid
' in the Proposal for the estimated quantities included on the Bid
Proposal Sheets for the Base Bid amount made part of this Contract,
the total being Seven Hundred Thirty Thousand Seven Hundred
Twenty-six and 41/100 dollars ($_730.726.41).
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
I
Contract within flQ 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
Contract - 1
1
I
I
work performed during the preceding calendar month, based upon the
Engineer's estimate of work completed, said estimate being
certified by the CONTRACTOR and accepted by the OWNER. Except as
otherwise provided by law, ten percent (10%) of each approved
estimate shall be retained by the OWNER until 50 percent project
completion at which time no additional retainage will be retained
without reasonable justification by the OWNER or his
representative. Upon final completion and acceptance by the OWNER
and ENGINEER, the ENGINEER shall then issue a Final Estimate of
work done based upon the original contract and subsequent changes
made and agreed upon, if any.
Time is hereby expressly declared to be of the essence of this
contract, and the time of beginning, manner of progress and time of
completion of the work hereunder, shall be and are essential
conditions hereof.
The CONTRACTOR agrees 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 the
e 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
t stipulated herein, the CONTRACTOR agrees to pay the OWNER, as
liquidated damages, the sum of Three Hundred Fifty Dollars
($350.00) per day for each calendar day of delay in completion,
said amounts being fixed and agreed upon by and between the parties
hereto, in addition to the overtime observation as defined in the
"Special Provisions".
•t 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. The
Liquidated Damages shall apply to the Localizer downtime and to the
total construction time stated by the Contractor in the Proposal.
' Said amounts of liquidated damages shall be deductible from any
amount due the CONTRACTOR under Final Estimate of said work, after
the completion thereof, and CONTRACTOR shall be entitled only to
the Final Estimate, less such amounts of liquidated damages.
If the CONTRACTOR is delayed at any time in the progress of
the work by any act or neglect of the OWNER or of his employees, or
' by any other CONTRACTOR employed by the OWNER, or by changes
ordered in the work, or by strikes, lockouts, fire, unusual delay
in transportation, unavoidable casualties or any causes beyond the
' CONTRACTOR's control, or by delay authorized by the Engineer
pending arbitration, or by any cause which the Engineer shall
decide to justify the delay, then the time of completion may be
extended for such reasonable time as the Engineer may decide in
concurrence with the FAA.
Contract - 2
1
' 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) days notice, to complete
and carry out the contract of the CONTRACTOR, and in that event,
' should the surety fail, neglect or refuse to carry out said
contract, said OWNER may complete the contract at its own expense,
and maintain an action against the CONTRACTOR and the surety hereto
' for the actual cost of same; together with any damages or other
expense sustained or incurred by the OWNER in completing this
contract less the total amount provided for hereunder to be paid
the CONTRACTOR, upon the completion of this Contract.
The Contractor agrees that only domestic steel and
manufactured products will be used by the Contractor,
' subcontractors, materialmen, and suppliers in the performance of
this contract, as defined in (a) below.
' (a) The following terms apply to this clause:
1. Steel and manufactured products. As used in
this clause, steel and manufactured products
' include (1) those produced in the United
States, if the cost of its components mined,
produced or manufactured in the United States
' exceeds 60 percent of the cost of all its
components and final assembly has taken place
in the United States.
2. Components. As used in this clause,
components means those articles, materials,
and supplies incorporated directly into steel
' and manufactured products.
3. Cost of Components. This means the costs for
' production of the components, exclusive of
final assembly labor costs.
' This Contract shall be binding upon the heirs,
representatives, successors, or assigns of the parties hereto,
including the surety.
1
Contract - 3
I
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set
their hands and seals respectively.
(SEAL)
//i �i�� _ Oft �.
FIRM NAME: Mitchener Excavation. Inc.
James R. Mitchener
BY: Pres.
City of Fayetteville
Fayetteville, A ansas
BY:
ed Hanna (Mayor)
Contract - 4
FEDERAL WAGE DECISION
c I, 1q93
General Decision Number AR930007
Superseded General Decision No. AR910007
State: Arkansas
Construction Type:
Sewer and Water Line
County(ies):
STATEWIDE
CONSTRUCTION, ALTERATION, AND/OR REPAIR OF STREETS, HIGHWAYS,
RUNWAYS, AND WATER AND SEWER UTILITIES PROJECTS (does not include
structures on highway rest areas)
Modification Number Publication Date
0 02/19/1993
AR930007 - 1
COUNTY(ies):
STATEWIDE
SUAR2001A 01/19/1990
Rates
Fringes
BRICKLAYERS
7.20
CARPENTERS
7.20
CONCRETE FINISHERS
7.20
ELECTRICIANS
8.75
IRONWORKERS:
Structural
6.30
Reinforcing
5.45
LABORERS:
Air tool operators
5.15
Asphalt heater operators
5.15
Asphalt rakers
5.85
Carpenter helpers
5.15
Chain saw oeprators
5.15
Checker graders
5.45
Concrete finisher helpers
5.15
Concrete joint sealers
5.15
Concrete saw operators
5.15
Formsetters
5.45
Laborers
4.25
Pipelayers
5.45
Powdermen
6.40
Vibratormen
5.15
PAINTERS
6.20
PILE DRIVER LEADMEN
6.20
POWER EQUIPMENT OPERATORS:
Aggregate Spreader operators
5.80
Asphalt plant firemen
4.85
Asphalt plantdriver operators
4.85
Batch plant operators
5.80
Bulldozer Operators:
Finish
6.90
Rough
5.65
Bull Float operators
5.65
Concrete curing machine operators
5.65
Concrete mixer operators:
Less than 5 sacks
5.15
5 sacks and over
6.20
Backhoe Operator - Rubber tired
(1 yard or less)
6.10
Cherry picker operators
6.10
Concrete paver operators
6.70
Concrete sperader operators
6.70
Crane, Derrick, Dragline,
Shovel, Backhoe, Operators
1-1/2 yards or less
6.70
over 1-1/2 yards
7.20
Crusher operators
5.65
AR930007 - 2
Distributor operators
5.65
Drill operators (Wagon or
truck)
5.65
Elevating Grader operators
6.70
Euclid or like equipment
operator (Bottom or end
dump)
5.25
Finishing Machine Operators
6.10
Flaggers
4.25
Forkliff operators
5.05
Form grader operators
5.05
Front end loader operators
Finish
6.70
Rough
5.65
Hdro Seeder operators
5.15
Mechanics
6.90
Mechanic helpers
5.25
Motor Patrol Operators:
Finish
6.90
Rough
5.65
Mulching machine operators
5.15
Oilers and Greasers
5.45
Ple driver operators
6.20
Power broom operators
5.15
Pug' mill operators
5.15
Roller Operators (self
propelled)
5.25
Scraper Operators:
Finish
6.90
Rough
5.65
Sod slicing machine operators
4.95
Stabilizer mixing machine
operators
5.65
Tractor operators (crawler
type)
5.15
Tractor operators (farm and
sheel)
5.15
Tractor operators -wheel type
(with attach. -1 yd. or under)
5.55
Trenching Machine operators
5.55
STONEMASONS
7.20
TRUCK DRIVERS:
Distributor truck drivers
5.45
Semi -trailer
5.45
Lowboy drivers
5.65
Transit mix truck drivers
5.45
Truck Drivers (heavy -
maximum pay load in
excess of 3,000 lbs.)
5.15
Truck Drivers (light -
maximum pay load 3,000 lbs.)
4.85
Well drillers
----------------------------------------------------------------
6.90
WELDERS - Receive rate prescribed
for craft
performing operatorn
IAR930007 - 3
I
1 to which welding is incidental.
----------------------------------------------------------------
' Unlisted classifications needed for work not included within the
scope of the classifications listed may be added after award only
as provided in the labor standards contract clauses (29 CFR
5.5(a) 1(ii)).
END OF GENERAL DECISION
1
I
1
1
1
1
AR930007 - 4
I
Jim Guy Tucker James L Slkdd
Govemo
Dkvccor
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
1 S
�o• e� 10421 WEST MARKHAM LITTLE ROCK, ARKANSAS 72205
(501) 682-4500 • FAX: (501) 682-4S32 • TDD: (800) 285-1131
I
May 14, 1993
' Wayne Jones
McClelland Consulting Engineers, Inc.
P.O.Box 1229
' Fayetteville, AR 72702
RE: Taxiway Extension, Blast
Pads, Obstruction removal
and Drainage Improvements
Fayetteville, Arkansas
' Dear Mr. Jones,
This is to certify that the State of Arkansas Prevailing
' Wage Rate Determination Number 92-212 for the referenced project
shall conform with those contaied in the U.S. Department of Labor
Decision Number AR 930007.
' Once the contract is awarded, we would appreciate being
advised of the following: the name, address and telephone number
of the prime ocntractor; contract amount; and the anticipated
starting and completion dates.
If you have any questions, or we can be of further
assistance, please contact the Prevailing Wage Division at the
above address and telephone number.
Sincerely,
Ann Sanders
Prevailing Wage Supervisor
' AS:kh
Enclosure
I
[I
I
ILYh Ni �i. aT. Y �C�r i
I
I
I
I
WAGE, LABOR, EEO AND
SAFETY REQUIREMENTS
i
I
I
I
I
I
I
I
L
ii
I
I
I
I
I
I
WAGES LABOR EEO AND SAFETY RE UIREMENTS
SECTION A (FEDERAL AVIATION ADMINISTRATION REQUIREMENTS)
AA=1. Airport Improvement Program. The work in this Contract
is included in Airport Improvement Program Number 3-05-0020-17
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 costs 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.
. Convict Labor. No Convict Labor may be employed under
this Contract.
A4,. 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.
. Withholding: Sponsor from Contractor. Whether or not
payment or advances to 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.
�-¢. 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.
AZ. 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.
Wage, Labor, EEO & Safety Regulations - 1
I
AA=B. Subcontracts. The Contractor shall insert in each of his
subcontracts the provisions contained in paragraphs A-i, 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.
Az. 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-i. 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 wages and bona fide fringe
benefits (or cash equivalent thereof) due at time of payment
computed at wage rates not less than those contained in the
wage determination of the Secretary of Labor which is attached
hereto and made a part hereof, regardless of any contractual
relationship which may be alleged to exist between the
Contractor and such laborers and mechanics. For the purpose of
this paragraph, contributions made or costs reasonably
anticipated for bona fide fringe benefits 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 (d) below; also,
regular contributions made or costs incurred for more than a
weekly period (but not less often than quarterly) 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)). Such laborers and
mechanics shall be paid the appropriate wage rate and fringe
benefits on the wage scale, except as provided in paragraph B-
4 of this clause. Laborers or mechanics performing work in
more than one classification may be compensated at the rate
specified for each classification for the time actually worked
therein: Provided, however, that the employer's payroll
records accurately set forth the time spent in each
classification in which work is performed. The wage
determination(s) (including any additional classifications and
wage rates conformed under subparagraph (b) of this section)
and the Davis -Bacon poster shall be posted at all times by the
Contractor and its subcontractors at the site of the work in
a prominent and readily accessible place where it can easily
be seen by the workers.
Wage, Labor, EEO & Safety Regulations - 2
1
I
' (b) (1) Any class of laborers or mechanics, including
apprentices and trainees, which is not listed in the wage
' determination and which is to be employed under the
Contract, shall be classified or reclassified conformably
to the wage determination. Approval will be given for an
additional classification and wage rate, and fringe
benefits therefore, only when the following criteria have
been met:
(i) The work to be performed by the classification
requested is not performed by a classification in the
wage determination; and
' (ii) The classification is utilized in the area by the
construction industry; and
' (iii) The proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination.
(2) If the Contractor and the laborers and mechanics to
be representatives, and City of Fayetteville agree on
the classification and wage rate (including the amount
' designated for fringe benefits where appropriate), a
report of the action take shall be sent by City of
Fayetteville to the FAA for tentative approval and
transmittal to the Department of Labor, Employment
Standards Administration, Administrator of the Wage and
Hour Division, Washington, D.C. 20210. The Department of
Labor will approve, modify or disapprove every additional
'
classification action within 30 days of receipt and so
advise the FAA or will notify the FAA within the 30 -day
period that additional time is necessary. (29 CFR 5.5
(3) In the event the Contractor, the laborers or
' mechanics, including apprentices and trainees, to be
employed in the classification or their representatives
and the City of Fayetteville do not agree on the proposed
classification and wage rate (including the amount
'
designated for fringe benefits where appropriate), the
City of Fayetteville shall send the questions, including
the views of all interested parties and the
recommendation of the sponsor, to the FAA to be referred,
with the recommendation of the FAA, to the Department of
Labor for final determination. The Department of Labor
will issue a determination within 30 days of receipt or
provide notification within the 30 -day period that
additional time is necessary. (Approved by the Office of
Management and Budget under OMB control number 1215-
, 0140.)
Wage, Labor, EEO & Safety Regulations - 3
Li
I
(4) The wage rate (including fringe benefits where '
appropriate) determined pursuant to subparagraphs (b) (2)
and (3) of this paragraph, shall be paid to all workers
performing work in the classification under this contract
from the first day on which work is performed in the
classification.
(c) Whenever the minimum wage rate prescribed in the Contract '
for a class of laborers or mechanics includes a fringe benefit
which is not expressed as an hourly wage rate the Contractor
shall either pay the benefit as stated in the wage
determination or shall pay another bona fide fringe benefit or
an hourly cash equivalent thereof. 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, the Contractor may consider as part of the
wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits
under a plan or program. Provided, however, that 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)).
F5-2. 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-
0020-17 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, trainee, or helper employed or
working on the site of the work all or part of the wages required
by this contract, the FAA may after written notice to the City of
Fayetteville take further 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).
8.3. Payrolls and Basic Records 1
(a) Payrolls and basic records relating thereto will be
maintained during the course of the work and preserved for a
Wage, Labor, EEO & Safety Regulations - 4
1
I
I
I
I
I
I
I
I
I
I
I
C
I
I
I
I
1
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 for bona fide fringe benefits or cash
equivalents thereof 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 costs
anticipated or the actual costs incurred in providing such
benefits. Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
trainee programs, the registration of apprentices and
trainees, and the ratios and wage rates prescribed in the
applicable programs (29 CFR 5.5 (a)(3)(i)).
(b) (1) The Contractor will submit weekly a copy of all
payrolls to the City of Fayetteville for availability to
the FAA, as required by paragraph 152.59(a). The
payrolls submitted shall set out accurately and
completely all of the information required to be
maintained by paragraph B-3 (a) above. This information
may be submitted in any form desired. The Contractor is
responsible for the submission of copies of payrolls by
all subcontractors.
(2) Each payroll shall be accompanied by a "Statement of
Compliance", signed by the employer or his agent who pays
or supervises the payment of persons employed under the
contract and shall certify the following:
(i) That the payroll for the payroll period contains the
information required to be maintained under paragraph B-3
(a) above and that such information is correct and
complete.
(ii) That each laborer and mechanic, including each
helper, apprentice and trainee, employed on the contract
during the payroll period has been paid the full weekly
Wage, Labor, EEO & Safety Regulations - 5
I
I
wages earned, without rebate, either directly or 1
indirectly, and that no deductions have been made either
directly or indirectly from the full wages earned, other
than permissible deductions as set forth in Regulations
29 CFR Part 3.
(iii) That each laborer or mechanic has been paid not
less than the applicable wage rates and fringe benefits
or cash equivalents for the classification of work
performed, as specified in the applicable wage
determination incorporated into the contract.
(3) The weekly submission of a properly executed
certification set forth on the reverse side of Optional
Form WH-347 shall satisfy the requirement for submission
of the "Statement of Compliance" required by paragraph B-
3 (2) of this section.
(4) The falsification of any of the above certifications
may subject the Contractor or subcontractor to civil or
criminal prosecution under Section 1001 or Title 18 and
Section 231 of Title 31 of the United States code.
(c) The Contractor will make the records required under the
labor standards clauses of the contract available for
inspection, copying or transcription by authorized
representatives of the sponsor, the FAA and the Department of
Labor, and shall permit such representatives to interview
employees during working hours on the job.
(d) If the Contractor or subcontractor fails to submit the
required records or to make them available, the FAA may, after
written notice to the sponsor or Contractor, take such action
as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or
to make such records available may be grounds for debarment action
pursuant to 29 CFR 5.12 (29 CFR 5.5 (a) (3) (ii)).
B-4 Apprentices and trainees
(a) Apprentices. Apprentices will be permitted to work at
less than the predetermined rate for the work they perform
when they are employed and individually registered in a bona
fide apprenticeship program registered with the U.S.
Department of Labor, Employment and Training Administration,
Bureau of Apprenticeship and Training, or with a State '
Wage, Labor, EEO & Safety Regulations - 6
I
I
I
I
I
U
I
1
I
I
I
I
I
I
I
I
I
I
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 apprentice 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 registered or otherwise employed as
stated above, shall be paid not less than the applicable wage
rate determined by the Secretary of Labor for the
classification of work he actually performed. in addition,
any apprentice performing work on the job site in excess of
the ratio permitted under the registered program shall be paid
not less than the applicable wage rate on the wage
determination of the work actually performed. Where a
Contractor is performing construction on a project in a
locality other than that in which its program is registered,
the ratios and wage rates (expressed in percentages of the
journeyman's hourly rate) specified in the Contractor's or
subcontractor's registered program shall be observed. Every
apprentice must be paid at not less than the rate specified in
the registered program for the apprentice's level of progress,
expressed as a percentage of the journeyman hourly rate
specified in the applicable wage determination. Apprentices
shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the
apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of the fringe
benefits listed on the wage determination for the applicable
classification. If the Administrator determines that a
different practice prevails for the applicable apprentice
classification, fringe benefits shall be paid in accordance
with that determination. In the event the Bureau of
Apprenticeship and Training, or a State Apprenticeship Agency
recognized by the Bureau, withdraws approval of the
apprenticeship program, the Contractor will no longer be
permitted to utilize apprentices at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved. (29 CFR 5.5 (a) (4) (i)).
(b) Trainees. Except as provided in 29 CFR 5.16, 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
Wage, Labor, EEO & Safety Regulations - 7
I
to journeymen on the job site shall be not greater than '
permitted under the plan approved by the Employment and
Training Administration. Every trainee must be paid at not
less than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the
journeyman hourly rate specified in the applicable wage
determination. Trainees shall be paid fringe benefits in
accordance with the provisions of the trainee program. If the
trainee program does not mention fringe benefits, trainees
shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administration of the Wage and
Hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman wage rate
on the wage determination which provides the less than full
fringe benefits for apprentices. Any employee listed on the
payroll at the trainee rate who is not registered and
participating in a training plan approved by the Employment
and Training Administration shall be paid not less than the
applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any
trainee performing work on the job site in excess of the ratio
permitted under the registered program shall be paid not less
than the applicable wage rate on the wage determination for
the work actually performed. In the event the Employment and
Training Administration 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) (iii)).
(c) Equal Employment
Opportunity.
The utilization of
apprentices, trainees
and journeymen
under this paragraph
shall be in conformity
with the equal
employment opportunity
requirements of Executive Order 11246,
as amended and 29 CFR
Part 30 (39 CFR 5.5 (a)(4)(iii)).
(d) Application of 29
CFR Part 5.5 (a)(4).
On contracts in
excess of $2,000 the
employment of
all apprentices and
,
trainees as defined in
29 CFR 5.2(c) shall
be subject to the
provisions of 29 CFR Part 5.5 (a)(4) (see
paragraph B-4 (a),
(b) and (c) above).
(e) Enforcement. I
(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
Wage, Labor, EEO & Safety Regulations - 8
I
I
the Department of Labor. No payment, advance, grant,
loan or guarantee of funds shall be approved by the FAA
' after the beginning of construction unless there is on
file with the FAA a certification by the Contractor that
he and his subcontractors have complied or there is
substantial dispute with respect to the required
' provisions (29 CFR 5.6 (a)(1)).
(ii) Enforcement activities, including the investigation
of complaints of violations, to insure compliance with
the requirements of these provisions shall be the primary
duty of the FAA. The Department of Labor will coordinate
' its efforts with the FAA, as may be necessary to ensure
consistent enforcement of the requirements of these
provisions. Enforcement of these provisions shall be in
accordance with 29 CFR 5.6.
' $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. Compliance with Davis -Bacon and Related Acts
Requirements. All rulings and interpretations of the Davis -Bacon
and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein
incorporated by reference in this contract.
' $j. Disputes concerning Labor Standards. Disputes arising
out of the labor standards provisions of this contract shall not be
' subject to the general disputes clause of this contract. Such
disputes shall be resolved in accordance with the procedures of the
Department of Labor set forth in 29 CRF Parts 5, 6, and 7.
Disputes within the meaning of this clause include sponsor, the
' U.S. Department of Labor, or the employees or their
representatives.
' . Certification of Eligibility.
(a) By entering into this contract, the Contractor certifies
' that neither it nor any person or firm who has an interest in
the Contractor's firm is a person or firm ineligible to be
awarded Government contracts by virture of Section 3(a) of the
Davis -Bacon Act or 29 CFR 5.12 (2) (1).
(b) No part of this contract shall be subcontracted to any
person or firm ineligible for award of a Government contract
by virtue of Section 3(a) of the Davis -Bacon Act or CFR
5.12(a) (1).
(c) The penalty for making false statements is prescribed in
the U.S. Criminal Code, 18 U.S.C. 1001.
Wage, Labor, EEO & Safety Regulations - 9
1
I
I
BB=9. Overtime Requirements. Na 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)).
-10. 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 8-6 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)).
D=,U. Withholding for Unpaid Wages and Liquidated Damages, and
Priority of Pavent. The FAA or the sponsor shall upon its own
action or upon written request of an authorized representative of
the Department of Labor withhold or cause to be withheld, from any
monies payable on account of work performed by the Contractor or
subcontractor under such contract or any other Federal contract
with the same prime Contractor, or any other federally -assisted
contract subject to the Contract Work Hours and Safety Standards
Act, which is held by the same prime Contractor, such sums as may
administratively be 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)).
8-12. Working Conditions. No Contractor may require any
laborer or mechanic employed in the performance of the contract to
work in surroundings or under working conditions that are
unsanitary, hazardous or dangerous to his health or safety as
determined under construction safety and health standards (29 CFR
Part 1926; 37 F.R. 27503) issued by the Secretary of Labor.
B-13. Subcontracts. The Contractor will insert in each of his
subcontracts the clauses contained in paragraphs B-1 through B-11
of this provision, and also a clause requiring the subcontracts to
include these provisions in any lower tier subcontracts which they
Wage, Labor, EEC & Safety Regulations - 10
1
1
I
may enter into, together with a clause requiring this insertion in
any further subcontracts that may in turn be made. The Contractor
' shall be responsible for compliance by any subcontractor or lower
tier subcontractor with the labor standards clauses set forth (29
CFR 5.5 (a)(6), 5.5 (c)(4)).
B-14. Contract Termination: Debarment. A breach of clause
B-1, through B-13 may be grounds for termination of the Contract,
and for debarment as a Contractor or subcontractor as provided for
' in 29 CFR 5.12.
SECTION C (EQUAL EMPLOYMENT OPPORTUNITY CLAUSE)
' During the performance of this Contract, the Contractor agrees
as follows:
' Cam. 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.
' Cam. 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.
' Q. The Contractor will send to each labor union or
representative of workers with which he has a collective bargaining
agreement or other contract or understanding, a notice to be
' provided, advising the said labor union or workers' representatives
of the Contractor's commitments under this section, and shall post
copies of the notice in conspicuous places available to employees
and applicants for employment.
C-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
Wage, Labor, EEO & Safety Regulations - 11
Li
I
Labor, or pursuant thereto, and will permit access to his books, '
records, and accounts by the administering agency and the Secretary
of Labor for purposes of investigation to ascertain compliance with
such rules, regulations, and others.
C-6. In the event of the Contractor's noncompliance with the
nondiscrimination clauses of this contract or with any of the said
rules, regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the Contractor may
be declared ineligible for further government contracts or
federally assisted construction contracts in accordance with
procedures authorized in Executive Order 11246 of September 24,
1965, as amended, and such other sanctions may be imposed and
remedies invoked as provided in Executive Order 11246 of September
24, 1965, as amended, or by rules, regulations, or orders 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).
1
1
Wage, Labor, EEO & Safety Regulations - 12
I
' Dom. MANDATORY CONDITIONS INVOLVING ELECTRICAL ENERGY OR
OTHER HAZARDOUS ENERGY SOURCES For projects involving electrical
' energy or other hazardous energy sources, the Contractor shall
submit a copy of their Lockout/Tagout program which meets the
requirements of 20 CFR 1910.331, Safety Related Work Practices
(OSHA). During the performance of electrical work, it is
' recommended that an unannounced inspection be performed by the
airport sponsor or his agent to determine if the Lockout/Tagout
program is being followed. Immediate action shall be taken to
correct noncompliance, including suspension of work when necessary.
SECTION E (AIR AND WATER QUALITY STANDARDS)
' Ei.. 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
' Department of Transportation, Distribution Unit, TAD -484.3,
Washington, D.C. 20590.
E-2. Contractors and subcontractors agree:
' (a) That any facility to be used in the performance of the
contract or to benefit from the Contract is not listed on the
' Environmental Protection Agency (EPA) List of Violating
Facilities.
(b) To comply with all the requirements of Section 114 of the
'
Clean Air Act and Section 308 of the Federal Water Pollution
Control Act and all regulations issued thereunder.
' (c) That as a condition for award of a Contract he will notify
the awarding official of the receipt of any communication from
the EPA indicating that a facility to be utilized for
' performance of or benefit from the Contract is under
consideration to be listed on the EPA List of Violating
Facilities.
' (d) To include or cause to be included in any Contract or
subcontract which exceeds $100,000 the aforementioned criteria
and requirements.
Wage, Labor, EEO & Safety Regulations - 13
I
I
SECTION F (STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY ,
CONSTRUCTION CONTRACT SPECIFICATIONS (Executive order 11246, as
amended))
FF=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 used on the Employer's Quarterly Federal Tax
Return, U.S. Treasury Department Form 941;
(d) "Minority" includes:
(1) Black (all persons having origins in any of the Black
African racial groups not of Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican,
Cuban, Central or South America, or other Spanish culture
or origin regardless of race);
(3) Asian and Pacific Island (all persons having origins
in any of the original peoples of the Far East,
Southeast, Asia, the Indian Subcontinent, or the Pacific
Islands); and
(4) American Indian and Alaskan Native (all persons
having origins in any of the original peoples of North
America and maintaining identifiable tribal affiliations
through membership and participation or community
identification).
Fes. Whenever the Contractor, or any subcontractor any peer,
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.
fr_a. 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 '
Wage, Labor, EEO & Safety Regulations - 14
1
I
I
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.
'. The Contractor shall implement the specific affirmative
action standards provided in paragraphs F -7.a. through F -7.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. 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.
frj.
The Contractor shall take specific affirmative actions to
insure EEO. The evaluation of the Contractor's compliance with
these Specifications shall be based upon its effort to achieve
maximum results from its actions. The Contractor shall document
I
these efforts fully and shall implement affirmative action steps at
least as extensive as the following:
' (a) Ensure and maintain a working environment free of
harassment, 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
Wage, Labor, EEO & Safety Regulations - 15
[]
I
I
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 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 meet
its obligations.
(e) Develop on-the-job training opportunities and/or
participate in training programs for the area which expressly
include minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the
Contractor's employment needs, especially those programs
funded or approved by the Department of Labor. The Contractor
shall provide notice of these programs to the sources compiled '
under 7b above.
(f) Disseminate the Contractor's EEO policy by providing
notice of the policy to unions and training programs and
requesting their cooperation in assisting the Contractor in
meeting its EEO obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing it
in the company newspaper, annual report, etc; by specific
review of the policy with all management personnel and with
all minority and female employees at least once a year; and
by posting the company EEO policy on bulletin boards
accessible to all employees at each location where
construction work is performed.
Wage, Labor, EEO & Safety Regulations - 16
I
I
I
I
I
I
(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) Ensure 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
Wage, Labor, EEO & Safety Regulations - 17
I
policy and the Contractor's obligations under these ,
Specifications are being carried out.
(n) Ensure that all facilities and company activities are
nonsegregated except that separate or single -user toilet and
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$. 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, ensures 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
documentation 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=2. 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 non -minority. 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 under utilized).
Wage, Labor, EEO & Safety Regulations - 18
L!
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.
fill. The Contractor shall not enter into any subcontract with
any person or firm debarred from Government contracts pursuant to
' Executive Order 11246, as amended.
F-12. The Contractor shall carry out such sanctions and
penalties for violation of these Specifications and of the Equal
Opportunity Clause, including suspension, termination, and
cancellation of existing subcontracts as may be imposed or ordered
' pursuant to Executive Order 11246, as amended, and its implementing
regulations, by the OFCCP. Any Contractor who fails to carry out
such sanctions and penalties shall be in violation of these
Specifications and Executive Order 11246, as amended.
' F-13. The Contractor, in fulfilling its obligations under
these Specifications, shall implement specific affirmative action
steps, at least as extensive as those standards prescribed in
paragraph 7 of these Specifications, so as to achieve maximum
results from its efforts to insure equal employment opportunity.
If the Contractor fails to comply with the requirements of the
' executive order, the implementing regulations, or these
Specifications, the Director shall proceed in accordance with 41
CFR 60-4.8.
F-14. The Contractor shall designate a responsible official to
monitor all employment related activity to insure that the company
EEO policy is being carried out, to submit reports relating to the
provisions hereof as may be required by the Government, and to keep
records. Records shall at least include for each employee, the
name, address, telephone number, construction trade, union
affiliation if any, employee identification number when assigned,
• social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in
' status, hours worked per week in the indicated trade, rate of pay,
and locations at which the work was performed. Records shall be
maintained in an easily understandable and retrievable form;
however, to the degree that existing records satisfy this
'
requirement, Contractors shall not be required to maintain separate
records.
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).
1
Wage, Labor, EEO & Safety Regulations - 19
I
SECTION G (DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS) '
GG=1. Policy. It is the policy of the Department of
Transportation (DOT) that disadvantaged 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
DBE requirements of 49 CFR Part 23 apply to this Agreement.
G-2. DBE Obligation. The Contractor agrees to ensure that
disadvantaged business enterprises as defined in 49 CFR Part 23
have the maximum opportunity to participate in the performance of
contracts and subcontracts financed in whole or in part with
Federal funds provided under this agreement. In this regard all
Contractors shall take all necessary and reasonable steps in
accordance with 49 CFR Part 23 to ensure that disadvantaged
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.
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 DBE 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 Disadvantaged Business Enterprise (DBE) goals.
(b) Notification is hereby given that DBE contract goals are
established for this prime contract. The goal for firms owned
and controlled by socially and economically disadvantaged
individual is 10 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 DBE 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 DBE participation will meet the goals
above, the apparent successful bidder must clearly ,
Wage, Labor, EEO & Safety Regulations - 20
L
I
I
I
I
El
L
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 a DBE in which the DBE
promises not to provide subcontracting quotations to other
bidder/proposers are prohibited. All bidders and proposers
shall make a good faith effort to replace a DBE subcontractor
that is unable to perform successfully with another DBE
sub -contractor.
The bidder shall establish and maintain records and submit
regular reports, as required, which will identify and assess
progress in achieving DBE subcontract goals and other DBE
affirmative action efforts.
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. O. 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.
I
I
I
I
I
Wage, Labor, EEO & Safety Regulations - 21
1
GENERAL PROVISIONS
I
1 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.
10-03 ADVERTISEMENT. A public announcement, as required by local
law, inviting bids for work to be performed and materials to be
furnished.
10-06 AIP. The Airport Improvement Program, a grant-in-aid
program, administered by the Federal Aviation Administration.
' 10-05 AIR OPERATIONS AREA. For the purpose of these
specifications, the term air operations area shall mean any area of
the airport used or intended to be used for the landing, takeoff,
' or surface 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.
' 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.
I10-11 CALENDAR DAY. Every day shown on the calendar.
General Provisions - 1
I
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.
10-16 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 WORE. An item of work not provided for in the awarded
contract as previously modified by change order or supplemental
agreement, but which is found by the Engineer to be necessary to
complete the work within the intended scope of the contract as ,
previously modified.
10-21 FAA. The Federal Aviation Administration of the U.S.
Department of Transportation. When used to designate a person, FAA
General Provisions - 2
I
shall mean the Administrator or his/her 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.
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.
' 10-26 INTENTION OF TERMS. Whenever, in these specifications or on
the plans, the words ''directed,'' ''required,'' ''permitted,''
''ordered,'' ''designated,'' ''prescribed,'' or words of the like
' import are used, it shall be understood that the direction,
requirement, permission, order, designation, or prescription of the
Engineer is intended; and similarly, the words ''approved,''
''acceptable,'' ''satisfactory,'' or words of like import, shall
mean approved by, or acceptable to, or satisfactory to the
Engineer, subject in each case to the final determination of the
owner.
' Any reference to a specific requirement of a numbered paragraph of
the contract specifications or a cited standard shall be
' interpreted to include all general requirements of the entire
section, specification item, or cited standard that may be
pertinent to such specific reference.
10-25 LABORATORY. The official testing laboratories of the owner
or such other laboratories as may be designated by the Engineer.
' 10-26 LIGHTING. A system of fixtures providing or controlling the
light sources used on or near the airport or within the airport
buildings. The field lighting includes all luminous signals,
' markers, floodlights, and illuminating devices used on or near the
airport or to aid in the operation of aircraft landing at, taking
off from, or taxiing on the airport surface.
' 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall
be any item that is listed in the proposal, the total cost of which
is equal to or greater than 20 percent of the total amount of the
' award 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.
10-29 NOTICE TO PROCEED. A written notice to the Contractor to
begin the actual contract work on a previously agreed to date. If
General Provisions - 3
I
applicable, the Notice to Proceed shall state the date on which the
contract time begins.
10-30 OWNER (SPONSOR). The term owner shall mean the party of the '
first part or the contracting agency signatory to the contract.
For AIP contracts, the term sponsor shall have the same meaning as
the term owner. '
10-31 PAVEMENT. The combined surface course, base course, and
subbase course, if any, considered as a single unit. '
10-32 PAYMENT BOND. The approved form of security furnished by
the Contractor and his/her surety as a guaranty that he will pay in
full all bills and accounts for materials and labor used in the
construction of the work.
10-33 PERFORMANCE BOND. The approved form of security furnished
by the Contractor and his/her 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 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. The security furnished with a proposal '
to guarantee that the bidder will enter into a contract if his/her
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 '
General Provisions - 4
1
I
I
Irigid pavements; navigational aids; buildings; vaults; and, other
manmade features of the airport that may be encountered in the work
tand not otherwise classified herein.
10-41 SUBGRADE. The soil which forms the pavement foundation.
10-42 SUPERINTENDENT. The Contractor's executive representative
who is present on the work during progress, authorized to receive
and fulfill instructions from the Engineer, and who shall supervise
' and direct the construction.
10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the
Contractor and the owner covering: (1) work that would increase or
decrease the total amount of the awarded contract, or any major
contract item, by more than 25 percent, such increased or decreased
work being within the scope of the originally awarded contract; or
(2) work that is not within the scope of the originally awarded
contract.
I
I
I
I
I
[1
J
I
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 TAZIWAY. 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.
END OF SECTION 10
General Provisions - 5
I
SECTION 20
PROPOSAL REQUIREMENTS AND CONDITIONS
20-01 ADVERTISEMENT (Notice to Bidders).
20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the
owner satisfactory evidence of his/her 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/her 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/her 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/her (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 COMTnTB OF PROPOSAL FORM. The owner shall furnish bidders
with proposal forms. All papers bound with or attached to the
proposal forms are necessary parts and must not be detached.
The plans specifications, and other documents designated in the
proposal form shall be considered a part of the proposal whether
attached or not.
20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to 1
refuse to issue a proposal form to a prospective bidder should such
bidder be in default for any of the following reasons:
1
General Provisions - 6
I
I
a. Failure to comply with any prequalification regulations of
the owner, if such regulations are cited, or otherwise included, in
the proposal as a requirement for bidding.
b. Failure to pey, or satisfactorily settle, all bills due
for labor and saterials an former contracts in force (with the
' owner) at the time the owner issues the proposal to a prospective
bidder.
' a. Contractor default under previous contracts with the
owner.
I6. Unsatisfactory work on previous contracts with the owner.
20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An
estimate of quantities of work to be done and materials to be
' furnished under these specifications is given in the proposal. It
is the result of careful calculations and is believed to be
correct. It is given only as a basis for comparison of proposals
' and the award of the contract. The owner does not expressly or by
implication agree that the actual quantities involved will
correspond exactly therewith; nor shall the bidder plead
misunderstanding or deception because of such estimates of
' quantities, or of the character, location, or other conditions
pertaining to the work. Payment to the Contractor will be made
only for the actual quantities of work performed or materials
furnished in accordance with the plans and specifications. It is
understood that the quantities may be increased or decreased as
hereinafter provided in the subsection titled ALTERATION OF WORK
AND QUANTITIES of Section 40 without in any way invalidating the
unit bid prices.
20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder
is expected to carefully examine the site of the proposed work, the
proposal, plans specifications, and contract forms. He shall
satisfy himself as to the character, quality, and quantities of
' work to be performed, materials to be furnished, and as to the
requirements of the proposed contract. The submission of a
proposal shall be prima facie evidence that the bidder has made
' such examination and is satisfied as to the conditions to be
encountered in performing the work and as to the requirements of
the proposed contract, plans, and specifications.
' 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 owner's design and
estimating purposes only. Such information has been made available
for the convenience of all bidders. It is further understood and
' agreed that each bidder is solely responsible for all assumptions,
General Provisions - 7
I
i1
deductions, or conclusions which he nay make or obtain from his/her
examination of the boring logs and other records of subsurface
investigations and tests that are furnished by the owner.
20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her
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/her proposal correctly and in ink. If
the proposal is made by an individual, his/her 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/her 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 a 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.
a. 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.
a. If the proposal is not accompanied by the proposal
guaranty specified by the owner.
The owner reserves the right to reject any irregular proposal and
the right to waive technicalities if such waiver is in the best
interest of the owner and conforms to local laws and ordinances
pertaining to the letting of construction contracts.
1
General Provisions - 8
1
C1
20-09 BID GUARANTEE. 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. A 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.
I
I
I
I
I
I
I
I
I
I
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.
o. If the bidder is considered to be in ''default'' for any
reason specified in the subsection titled ISSUANCE OF PROPOSAL
FORMS of this section.
END OF SECTION 20
General Provisions - 9
I
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 t
price written in words shall govern.
Until the award of a contract is made, the owner reserves the right
to reject a bidder's proposal for any of the following reasons:
a. If the proposal is irregular as specified in the
subsection titled IRREGULAR PROPOSALS 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 is made, the owner
reserves the right to reject any or all proposals, waive
technicalities, if such waiver is in the best interest of the owner
and is in conformance with applicable state and local laws or
regulations pertaining to the letting of construction contracts;
advertise for new proposals; or proceed with the work otherwise.
All such actions shall promote the owner's best interests.
30-02 AWARD OF CONTRACT. The award of a contract, if it is to be
awarded, shall be made within 90 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.
30-0l 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
General Provisions - 10
1
I
I
' 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 as the owner receives the contracts bonds as
specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS
of this 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 the 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.
C
PT
I
J
I
I
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 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 guaranty, not as a penalty, but as liquidation of
damages to the owner.
END OF SECTION 30
General Provisions - 11
L
I
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. 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.
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 contract items may be omitted by a
supplemental agreement. Such omission 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.
General Provisions - 12
C
C
I
J
I
I
I
I
F
C
Li
I
I
I
H
C
H
40-04 IATRh WO*1. 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
he may order the Contractor to proceed with extra
account as provided in the subsection titled PAYMENT
FORCE ACCOUNT WORK of Section 90.
best interest,
work by force
FOR EXTRA AND
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 XAXNTENMICE 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/her own operations and the
operations of all his/her 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 REIPOUSIBILITY FOR 0•TILITY SERVICt
AM FACILITIES OF OTHESS in Section 70.
With respect to his/her own operations and the operations of all
his/her subcontractors, the Contractor shall provide marking,
lighting, and other acceptable means of identitying t personnel;
equipment; vehicles] storage areas: and any work area or condition
that may be hazardous to the operation of aircraft, fire-rrscus
.quint, 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
General Provisions - 13
C
I
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/her own 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 REWVAL O! EIISTIx0 STRUCTURES. All existing structures
encountered within the established lines, grades, or grading
sections shall be removed by the Contractor, unless such existing
structures are otherwise specified to be relocated, adjusted up or
down, salvaged, abandoned in place, reused in the work or to remain
in place. The cost of removing such existing structures shall not
be measured or paid for directly, but shall be included in the
various contract items.
Should the Contractor encounter an existing structure (above or
below ground) in the work for which the disposition is not
indicated on the plans, the Engineer shall be notified prior to
disturbing such structure. The disposition of existing structures
so encountered shall be immediately determined by the Engineer in
accordance with the provisions of the contract.
Except as provided in the subsection titled RIGHTS IN AND USE OF '
MATERIALS FOUND IN THE WORK of this section, it is intended that
all existing materials or structures that may be encountered
(within the lines, grades, or grading sections established for
completion of the work) shall be utilized in the work as otherwise
provided for in the contract and shall remain the property of the
owner when so utilized in the work.
General Provisions - 14 '
1
I
I
L
H
LJ
I
I
I
C
I
I
40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORE. Should
the Contractor encounter any material such as (but not restricted
to) sand, stone, gravel, slag, or concrete slabs within the
established lines, grades, or grading sections, the use of which is
intended by the terms of the contract to be either embankment or
waste, he may at his/her 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/her own temporary construction
on site; or,
d. Use such material as intended by the terms of the
contract.
Should the Contractor wish to exercise option a., b., or c., he
shall request the Engineer's approval in advance of such use.
Should the Engineer approve the Contractor's request to exercise
option a., b., or c., the Contractor shall be paid for the
excavation or removal of such material at the applicable contract
price. The Contractor shall replace, at his/her own expense, such
removed or excavated material with an agreed equal volume of
material that is acceptable for use in constructing embankment,
backfills, or otherwise to the extent that such replacement
material is needed to complete the contract work. The Contractor
shall not be charged for his/her use of such material so used in
the work or removed from the site.
Should the Engineer approve the Contractor's exercise of option a.,
the Contractor shall be paid, at the applicable contract price, for
furnishing and installing such material in accordance with
requirements of the contract item in which the material is used.
It is understood and agreed that the Contractor shall make no claim
for delays by reason of his/her exercise of option a., b., or c.
The Contractor shall not excavate, remove, or otherwise disturb any
aaterial, 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.
General Provisions - 15
I
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.
END OF SECTION 40
I
I
H
I
I
I
I
J
I
J
I
General Provisions - 16 '
I
I
' 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 the under contract.
50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all
' materials furnished shall be in reasonably close conformity with
the lines, grades, grading sections, cross sections, dimensions,
material requirements, and testing requirements that are specified
(including specified tolerances) in the contract, plans or
specifications.
If the Engineer finds the materials furnished, work performed, or
the finished product not within reasonably close conformity with
the plans and specifications but that the portion of the work
affected will, in his/her 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/her
determination that the affected work be accepted and remain in
place. In this event, the Engineer will document his/her
' 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/her opinion, needed. Changes in the contract price
' shall be covered by contract modifications (change order or
supplemental agreement) as applicable.
If the Engineer finds the materials furnished, work performed, or
the finished product are not in reasonably close conformity with
the plans and specifications and have resulted in an unacceptable
finished product, the affected work or materials shall be removed
' and replaced or otherwise corrected by and at the expense of the
Contractor in accordance with the Engineer's written orders.
' For the purpose of this subsection, the term "reasonably close
conformity" shall not be construed as waiving the Contractor's
responsibility to complete the work in accordance with the
contract, plans, and specifications. The term shall not be
tconstrued as waiving the Engineer's right to insist on strict
General Provisions - 17
I
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.
For the purpose of this subsection, the term 'reasonably close
conformity'' is also intended to provide the Engineer with the
authority to use good engineering judgment in his/her
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
circulares; contract general provisions shall govern over plans,
cited standards for materials or testing, and cited FAA advisory
circulares; plans shall govern over cited standards for materials
or testing and cited FAA advisory circulares.
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/her interpretation and
decision, and such decision shall be final.
50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied
with two copies each of the plans and specifications. He shall
have available on the work at all times one copy each of the plans
and specifications. Additional copies of plans and specifications
may be obtained by the Contractor for the cost of reproduction.
The Contractor shall give constant attention to the work to
facilitate the progress thereof, and he shall cooperate with the
Engineer and his/her inspectors and with other contractors in every
way possible. The Engineer shall allocate he 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/her 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/her
authorized representative.
General Provisions - 18
ii
U
I
Ii
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/her 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.
Each Contractor involved shall assume all liability, financial or
otherwise, in connection with his/her contract and shall protect
and save harmless the owner from any and all damages or claims that
may arise because of inconvenience, delays, or loss experienced by
him because of the presence and operations of other Contractors
working within the limits of the same project.
The Contractor shall arrange his/her work and shall place and
dispose of the materials being used so as not to interfere with the
operations of the other Contractors within the limits of the same
project. He shall join his/her work with that of the others in an
acceptable manner and shall perform it in proper sequence to that
of the others.
50-06 CON9TRUOM OM I.AYOOT AND STARES. The Engineer shall
establish horizontal and vertical control only. The Contractor
must establish all layout required for the construction of the
work. such stakes and markings as the engineer may not for wither
his/her own or the Contractor's guidance shall be preserved by the
Contractor. in ass of negligence on the part of the Contractor,
or his/her employ..., 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 the
e contract and a breakdown or malfunction of the automatic
controls occurs, the equipment may be operated manually or by other
methods for a period 48 hours following the breakdown or
malfunction, provided this method of operations will product
results which conform to all other requirements of the contract.
•' 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors eaployed by
the owner shall be authorised to inspect all work dons cad 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
authorised to issue instructions contrary to the plans and
specifications or to act as foremen for the Contractor.
General Provisions - 19
Inspectors employed
Contractor or his/he
materials to conform
specifications and
question until such
his/her decision.
by the owner are authorized to notify the
r representatives of any failure of the work or
to the requirements of the contract, plans, or
to reject such nonconforming materials in
issues can be referred to the Engineer for
50-09 INSPECTION OF THE ■ORE. All materials and each part or
detail of the work shall be subject to inspection by the Engineer.
The Engineer shall be allowed access to all parts of the work and
shall be furnished with such information and assistance by the
Contractor as is required to make a complete and detailed
inspection.
If the Engineer requests it, the Contractor, at any time before
acceptance of the work, shall remove or uncover such portions of
the finished work as may be directed. After examination, the
Contractor shall restore said portions of the work to the standard
required by the specifications. Should the work thus exposed or
examined prove acceptable, the uncovering, or removing, and the
replacing of the covering or making good of the parts removed will
be paid for as extra work; but should the work so exposed or
examined prove unacceptable, the uncovering, or removing, and the
replacing of the covering or making good of the parts removed will
be at the Contractor's expense.
Any work done or materials used without supervision or inspection
by an authorized representative of the owner may be ordered removed
and replaced at the contractor's expense unless the owner's
representative failed to inspect after having been given reasonable
notice in writing that the work was to be performed.
Should the
contract work include relocation,
adjustment,
or any
other modification to existing facilities, not
the property
of the
(contract)
owner, authorized representatives of
the owners of such
facilities
shall have the right to inspect
such work.
Such
inspection
shall in no sense make any facility owner a party
to the
contract,
and shall in no way interfere with
the rights
of the
parties to
this contract.
50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work
which does not form 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
General Provisions - 20
CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70.
Work done contrary to the instructions of the Engineer, work done
beyond the lines shown on the plans or as given, except as herein
specified, or any extra work done without authority, will be
considered as unauthorized and will not be paid for under the
provisions of the contract. Work so done may be ordered removed or
replaced at the Contractor's expense.
Upon failure on the part of the Contractor to comply forthwith with
any order of the Engineer made under the provisions of this
subsection, the Engineer will have authority to cause unacceptable
work to be remedied or removed and replaced and unauthorized work
to be removed and to deduct the costs (incurred by the owner) from
any monies due or to become due the Contractor.
50-11 LOAD RESTRICTIONS. The Contractor shall comply with all
legal load restrictions in the hauling of materials on public roads
beyond the limits of 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/her hauling equipment and
shall correct such damage at his/her 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.
S0-13 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
General Provisions - 21
I
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.
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.
If, however, the inspection discloses any work, in whole or in
part, as being unsatisfactory, the Engineer will give the
Contractor the necessary instructions for correction of same and
the Contractor shall immediately comply with and execute such
instructions. Upon correction of the work, another inspection will
be made which shall constitute the final inspection, provided the
work has been satisfactorily completed. In such event, the
Engineer will make the final acceptance and notify the Contractor
in writing of this acceptance as of the date of 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/her 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
General Provisions - 22
1
I
I
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/her 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.
' END OF SECTION 50
L
IT
C
[]
I
I
I
11
C
General Provisions - 23
I
SECTION 60 '
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials t
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
Contractor shall furnish
the origin, composition,
used in the work. Such
after execution of the
delivery of such materia,
inspection and testing of materials, the complete statements to the Engineer as to
and manufacture of all materials to be
statements shall be furnished promptly
contract but, in all cases, prior to
Ls.
At the Engineer's option, materials may be approved at the source
of supply before delivery is stated. 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 FAA Advisory Circular (AC) 150/5345-1, Approved
Airport 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 the
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
General Provisions - 24
[I
furnished to the contractor's representative at his/her request.
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 certificate 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 assembl
and the Contractor elects
the Contractor shall be
certificate of compliance
delivered to the work.
clearly identify each lot
y is specified by " brand name or equal''
to furnish the specified "brand name,''
required to furnish the manufacturer's
for each lot of such material or assembly
Such certificate of compliance shall
delivered and shall certify as to:
a. Conformance to the specified performance, testing, quality
or dimensional requirements; and,
b. Suitability of the material or assembly for the use
intended in the contract work.
Should the Contractor propose to furnish an " or equal " material
or assembly, he shall furnish the manufacturer's certificates of
compliance as hereinbefore described for the specified brand name
material or assembly. However, the Engineer shall be the sole
judge as to whether the proposed " or equal'' is suitable for use
in the work.
The Engineer reserves the right to refuse permission for use of
materials or assemblies on the basis of certificates of compliance.
60-04 PLANT INSPECTION. The Engineer or his/her authorized
' representative may inspect, at its source, any specified material
or assembly to be used in the work. Manufacturing plants pay 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/her
acceptance of the material or assembly.
1
General Provisions - 25
I
Should the Engineer conduct plant inspections, 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.
b. The Engineer shall have full entry at all reasonable times
to such parts of the plant that concern the manufacture or
production of the materials being furnished.
a. 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.
General Provisions - 26
All storage sites on private or airport property shall be restored
to their original condition by the Contractor at his/her 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.
No rejected material or assembly, the defects of which have been
corrected by the Contractor, shall not be returned to the site of
the work until such time as the Engineer has approved its used in
the work.
60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all
materials required to complete the work, except those specified
herein (if any) to be furnished by the owner. Owner -furnished
materials shall be made available to the Contractor at the location
specified herein.
All costs of handling, transportation from the specified location
to the site of work, storage, and installing owner -furnished
materials shall be included in the unit price bid for the contract
item in which such owner -furnished material is used.
After any owner -furnished material has been delivered to the
location specified, the Contractor shall be responsible for any
demurrage, damage, loss, or other deficiencies which may occur
during the Contractor's handling, storage, or use of such owner -
furnished material. The owner will deduct from any 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.
END OF SECTION 60
I
I
I
I
I
General Provisions - 27
H
SECTION 70
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
70--1 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. He shall at all times observe and comply
with all such laws, ordinances, regulations, orders, and decrees;
and shall protect and indemnify the owner and all his/her officers,
agents, or servants against any claim or liability arising from or
based on the violation of any such law, ordinance, regulation,
order, or decree, whether by himself or his/her employees.
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
reserves the right to authorize
or maintenance of any public o]
National Oceanic and Atmospheric
a utility service of another go,
the progress of the work.
DISTURBED BY OTHERS. The owner
the construction, reconstruction,
• private utility service, FAA or
Administration (NOAA) facility, or
'eminent agency at any time during
The Contractor shall not permit any individual, firm, or
corporation to excavate or otherwise disturb such utility services
or facilities located within the limits of the work without the
written permission of the Engineer.
Should the owner of public or private utility service, FAA, or NOAA
facility, or a utility service of another government agency be
authorized to construct, reconstruct, or maintain such utility
service or facility during the progress of the work, the Contractor
shall cooperate with such owners by arranging and performing the
General Provisions - 28
I
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.
70-0S 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 Sates Government's (FAA's) agreement
with the owner, the owner has included provisions in this contract
pursuant to the requirements of the Airport Improvement Act of
1982, as amended by the Airport and Airway Safety and Capacity
Expansion Act of 1987, and the Rules and Regulations of the FAA
that pertain to the work.
As required by the Act, the contract work is subject to the
' inspection and approval of duly authorized representatives of the
Administrator, FAA, 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 nor will any such requirement
interfere, in any way, with the rights of either party to the
contract.
' 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor
shall provide and maintain in a neat, sanitary condition such
' accommodations for the use of his/her employees as may be necessary
to comply with the requirements of the state and local Board of
Health, or of other bodies or tribunals having jurisdiction.
' Attention is directed to Federal, state, and local laws, rules and
regulations concerning construction safety and health standards.
The Contractor shall not require any worker to work in surroundings
' or under conditions are unsanitary, hazardous, or dangerous to
his/her health or safety.
70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control
' his/her operations and those of his/her subcontractors and all
suppliers, to assure the least inconvenience to the traveling
public. Under all circumstances, safety shall be the most
' important consideration.
General Provisions - 29
7
I
The Contractor shall maintain the free and unobstructed movement of
aircraft and vehicular traffic with respect to his/her own
operations and those of his/her 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 90 '
hereinafter.
70-08 BARRICADES, WARNING SIGNS, AND HAZARD NARHINGS. 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 markings shall be suitably '
illuminated.
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 AC 150/5340-1, 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/her parked construction equipment that may be
hazardous to the operation of emergency fire -rescue or maintenance
vehicles on the airport in reasonable conformance to AC 150/5370-2,
Operational Safety on Airports During Construction Activity.
The Contractor shall identify each motorized vehicle or piece of
construction equipment in reasonable conformance to AC 150/5370-2.
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
operations areas of the airport.
70-09 USE OP EXPLOSIVES. When the
for the prosecution of the work, the
utmost care not to endanger life or
The Contractor shall be responsible
be permitted within the air '
use of explosives is necessary
Contractor shall exercise the
property, including new work.
for all damage resulting from
General Provisions - 30
I
C
I
L
I
I
I
I
L
I
I
I
I
I
I
I
[1
I
I
the use of explosives.
All explosives shall be stored in a
with all laws and ordinances, and all
clearly marked. Where no local laws
shall be provided satisfactory to the
closer than 1,000 feet from the work c
other place of human occupancy.
secure manner in compliance
such storage places shall be
or ordinances apply, storage
Engineer and, in general, not
Fr from any building, road, or
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/her 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.
70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The
Contractor shall be responsible for the preservation of all public
and private property, and shall protect carefully from disturbance
or damage all land monuments and property markers until the
Engineer has witnessed or otherwise referenced their location and
shall not move them until directed.
The Contractor shall be responsible for all damage or injury to
property of any character, during the prosecution of the work,
resulting from any act, omission, neglect, or misconduct in his/her
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/her own expense, such property to a condition
similar or equal to that existing before such damage or injury was
done, by repairing, or otherwise restoring as may be directed, or
he shall make good such damage or injury in an acceptable manner.
70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall
indemnify and save harmless the Engineer and the owner and their
officers, and employees from all suits actions, or claims of any
character brought because 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
General Provisions - 31
' of patent, trademark, or copyright; or from any claims or amounts
arising or recovered under the 'Workmen's Compensation Act,'' or
' any other law, ordinance, order, or decree. Money due the
Contractor under and by virtue of his/her 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/her
' 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 lUIRO PAI= ELRI 10ZAfY CLiusi. 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 asaber thereof a third party beneficiary or to
autbmise anyone not a party to the contract to maintain a suit for
personal injuries or property damage pursuant to the terms or
provisions of the contract.
70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be
' necessary for the Contractor to complete portions of the contract
work for the beneficial 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/her own estimate of the difficulties
' involved in arranging his/her work to permit such beneficial
occupancy by the owner as described below:
' Phase or Required Date or Sequence Work Shown
Description of Owner's Beneficial occupancy on Plan Sheet
Taxiway Extension Phase I & II 3, 4, 5, 6, 7,
and Blast Pads 8 & 11
Obstruction Removal Phase III 10 & 11
' and Drainage & Grading
Improvements
I
I
I
I I
Upon completion of any portion of the work listed above, much
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
mit until ordared by the Engineer in writing. Should it become
General Provisions - 32
LI
necessary to open a portion of the work to public traffic on a 1
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/her expense.
The Contractor shall make his/her 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 Contractor,
including but not 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 government 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/her 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 planting, seedings, and
soddings furnished under his/her contract, and shall take adequate
precautions to protect new tree growth and other important
vegetative growth against injury.
70-15 CONTRACTOR'S RESPONSIBILITY
FACILITIES OF OTHERS. As provided
RESTORATION OF SURFACES DISTURBED BY
Contractor shall cooperate with the o4
utility service, FAA or NOAA, or a
FOR UTILITY SERVICE AND
in the subsection titled
OTHERS of this section, the
Pner of any public or private
utility service of another
General Provisions - 33
I
I
I
I
I
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/her operations to prevent the unscheduled interruption
of such utility services and facilities.
To the extent that such public or private utility services, FAA, or
NOAA facilities, or utility services of another governmental agency
are known to exist within the limits of the contract work, the
approximate locations have been indicated on the plans and the
owners are indicated as follows:
Utili
Toax w
1-501-521-2489
Airport Manager
Fayetteville, AR
MALS (Approach Lights) Mr. Bill Brodie, Chief
VAST Control Cable Airway Facilities 1-501-442-5221
REIL Lights & Cable Maintenance 1-501-267-2339
Fayetteville, AR
Electricity SWEPCO 1-501-521-3000
Telephone
Gas
Water
All Utilities
S.W. Bell Telephone Co.
Contel
Ark. Western Gas Co.
Water Department
City of Fayetteville
Arkansas One Call
1-501-980-3100
1-800-482-8998
1-501-521-5400
1-501-521-1250
1-800-482-8998
It is understood and agreed that the owner does not guarantee the
accuracy or the completeness of the location information relating
to existing utility services, facilities, or structures that may be
shown on the plans or encountered in the work. Any inaccuracy or
omission in such information shall not relieve the Contractor of
his/her 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/her plan of operations. Such
notification shall be in writing addressed to THE PERSON TO CONTACT
as provided hereinbefore in this subsection and the subsection
titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this
section. A copy of each notification shall be given to the
Engineer.
General Provisions - 34
u
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/her 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/her 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 advice 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 day's notice hsreinabove
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 ou
been located
required to
within 3 feet
be required
Contractor's
tside limits
and staked
use excavat
(90 cm) of
to ensure
operations.
of an underground utility
on the ground, the Contra
ion methods acceptable to
such outside limits at such
protection from damage
service have
:tor shall be
the Engineer
points as may
due to the
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/her
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/her
surety.
70-16 FURNISHING RIGHTS -OF -WAY. The owner will be responsible for
furnishing all rights -of -way upon which the work is to be
constructed in advance of the Contractor's operations.
General Provisions - 35
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/her authorized representatives, or any officials
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/her surety, or
both, such overpayment as may be sustained, or by failure on the
part of the Contractor to fulfill his/her 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
rights under any warranty or guaranty.
70-19 ENVIRONNENTAL 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 ARCHAEOLOGICAL 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/her 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/her operations or to
suspend operations as directed.
Provisions
n
Should the Engineer order suspension of the Contractor's operations '
in order to protect an archaeological 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.
END OF SECTION 70
I
I
I
Li
C
I
I
I
I
[1
I
General Provisions - 37 '
I
SECTION 80
80-01 SUPLETTING OP OONTRACT. 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/her contract, said
assignment shall be concurred in by the surety, shall be presented
for the consideration and approval of the owner, and shall be
consummated only on the written approval of the owner. In case of
approval, the Contractor shall file copies of all subcontracts with
the Engineer.
80-02 NOTICE TO PROCEED. The notice to proceed shall state the
date on which it is expected the Contractor will begin the
construction and from which date contract time will be charged.
The Contractor shall begin the work to be performed under the
contract within 10 days of the date set by the Engineer in the
written notice to proceed, but in any event, the Contractor shall
notify the Engineer at least 24 hours in advance of the time actual
construction operations will begin.
80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the
Contractor shall submit his/her progress schedule for the
Engineer's approval within 10 days after the effective date of the
notice to proceed. The Contractor's progress schedule, when
approved by the Engineer, may be used to establish major
construction operations and to check on the progress of the work.
The Contractor shall provide sufficient materials, equipment, and
labor to guarantee the completion of the project in accordance with
the plans and specifications within the time set forth in the
proposal.
If the Contractor falls significantly behind the submitted
schedule, the Contractor shall, upon the Engineer's request, submit
a revised schedule for completion of the work within the contract
time and modify his/her operations to provide such additional
materials, equipment, and labor necessary to meet the revised
schedule. Should the prosecution of the work be discontinued for
any reason, the Contractor shall notify the Engineer at least 24
hours in advance of resuming operations.
For AIP contracts, the Contractor shall not commence any actual
construction prior to the date on which the notice to proceed is
issued by the owner.
General Provisions - 38
L
80-04 LIMITATION OF OPERATIONS. The Contractor shall control
his/her operations and the operations of his/her subcontractors and
all suppliers so as to provide for the free and unobstructed
movement of aircraft in the AIR OPERATIONS AREAS of the airport.
When the work requires the Contractor to conduct his/her operations
within an AIR OPERATIONS AREA of the airport, the work shall be
coordinated with airport management (through the Engineer) at least
48 hours prior to conencement 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 MARXINGS 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 in the AIR OPERATIONS
AREA until the satisfactory conditions are provided. The following
AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to
permit the Contractor's operations on a continuous basis and will
therefore be closed to aircraft operations intermittently as
follows:
AOA The Periods of Type of Control
AOA Can be Closed Communications Authority
Required When Working
In AOA
Runway Displaced Threshold
& Closed Runway
80-05 CHARACTER OF WORKERS,
Contractor shall, at all times,
equipment for prosecuting the work
and time required by the contract,
Monitor Airport
Frequency 122.9 Owner
METHODS, AND EQUIPMENT. The
employ sufficient labor and
to full completion in the manner
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.
General Provisions - 39
L
I
I
I
I
I
I
I
I
All equipment which is proposed to be used on the work shall be of
sufficient size and in such mechanical condition as to met
' requirements of the work and to produce a satisfactory quality of
work. Equipment used on any portion of the work shall be such that
no injury to previously completed work, adjacent property, or
existing airport facilities will result from its use.
' When the methods and equipment to be used by the Contractor in
accomplishing the work are not prescribed in the contract, the
' Contractor is free to use any methods or equipment that will
accomplish the work in conformity with the requirements of the
contract, plans, and specifications.
' When the contract specifies the use of certain methods and
equipment, such methods and equipment shall be used unless others
are authorized by the Engineer. If the Contractor desires to use
a method or type of equipment other than specified in the contract,
he may request authority from the Engineer to do so. The request
shall be in writing and shall include a full description of the
methods and equipment proposed and of the reasons for desiring to
make the change. If approval is given, it will be on the condition
that the Contractor will be fully responsible for producing work in
conformity with contract requirements. If, after trial use of the
' substituted methods or equipment, the Engineer determines that the
work produced does not meet contract requirements, the Contractor
shall discontinue the use of the substitute method or equipment and
shall complete the remaining work with the specified methods and
equipment. The Contractor shall remove any deficient work and
replace it with work of specified quality, or take such other
corrective action as the Engineer may direct. No change will be
' made in basis of payment for the contract items involved nor in
contract time as a result of authorizing a change in methods or
equipment under this subsection.
' 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have
the authority to suspend the work wholly, or in part, for such
period or periods as he may deem necessary, due to unsuitable
weather, or such other conditions as are considered unfavorable for
the prosecution of the work, or for such time as is necessary due
to the failure on the part of the Contractor to carry out orders
given or perform any or all provisions of the contract.
In the event that the Contractor is ordered by the Engineer, in
' writing, to suspend work for some unforeseen cause not otherwise
provided for in the contract and over which the Contractor has no
control, the Contractor may be reimbursed for actual money expended
' on the work during the period of shutdown. No allowance will be
made for anticipated profits. The period of shutdown shall be
computed from the effective date of the Engineer's order to suspend
work to the effective date of the Engineer's order to resume the
' work. Claims for such compensation shall be filed with the
General Provisions - 40
I
I
Engineer within the time period stated in the Engineer's order to '
resume work. The Contractor shall submit with his/her 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 TINE. The number of
calendar or working days allowed for completion of the work 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/her 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/her 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 on 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.
'
General Provisions - 41
[]
fl
Li
U
11
(2) The Engineer will not make charges against the
contract time prior to the effective date of the notice to proceed.
(3) The Engineer will begin charges against the contract
time on the first working day after the effective date of the
notice to proceed.
(4) The Engineer will not make charges against the
contract time after the date of final acceptance as defined in the
subsection titled FINAL ACCEPTANCE of Section 50.
(5) The Contractor
file a written protest setti
Engineer's weekly statement.
specified time, the weekly
acceptable to the Contractor.
I
I
H
I
H
[J
I
I
S
iH
I
will be allowed 1 week in which to
ng forth his/her objections to the
If no objection is filed within such
statement shall be considered as
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 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 nonwork 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 same proportion as the cost of the actually completed
quantities bears to the cost of the originally estimated quantities
in the proposal. Such increase in the contract time shall not
consider either 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.
a. When the contract time is a specified completion date, it
shall be the date on which all contract work shall be substantially
completed.
General Provisions - 42
H
If the Contractor finds it impossible for reasons beyond his/her
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/her request. The
Contractor's plea that insufficient time was specified is not a
valid reason for extension of time. If the Engineer finds that the
work was delayed because of conditions beyond the control and
without the fault of the contractor, he may extend the time for
completion in such amount as the conditions justify. The extended
time for completion shall then be in full force and effect, the
same as though it were the original time for completion.
80-os 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/her
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/her 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 wavier 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/her contract and such default will
be considered as cause for the owner to terminate the contract for
any of the following reasons if the Contractor:
a. Fails to begin the work under the contract within the time
specified in the 'Notice to Proceed,'' or
b. Fails to perform the work or fails to provide sufficient
workers, equipment or materials to assure completion of work in
accordance with the terms of the contract, or
C. Performs the work unsuitably or neglects or refuses to
remove materials or to perform anew such work as may be rejected as
unacceptable and unsuitable, or
d. Discontinues the prosecution of the work, or
General Provisions - 43
I
J
I
S. Fails to resume work which has been discontinued within a
reasonable time after notice to do so, or
If. 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
1 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 hereinbefore, he shall immediately give
' written notice to the Contractor and the Contractor's surety as to
the reasons for considering the Contractor in default and the
owner's intentions to terminate the contract.
' If the Contractor or surety, within a period of 10 days after such
notice, does not proceed in accordance therewith, then the owner
will, upon written notification from the Engineer of the facts of
' such delay, neglect, or default and the Contractor's failure to
comply with such notice, have full power and authority without
violating the contract, to take the prosecution of the work out of
the hands of the Contractor. The owner may appropriate or use any
or all materials and equipment that have been mobilized for use in
the work and are acceptable and may enter into an agreement for the
completion of said contract according to the terms and provisions
' thereof, or use such other methods as in the opinion of the
Engineer will be required for the completion of said contract in an
acceptable manner.
' All costs and charges incurred by the owner, together with the cost
of completing the work under contract, will be deducted from any
monies due or which may become due the Contractor. If such expense
' exceeds the sum which would have been payable under the contract,
then the Contractor and the surety shall be liable and shall pay to
the owner the amount of such excess.
80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall
terminate the contract or portion thereof by written notice when
' the Contractor is prevented from proceeding with the construction
contract as a direct result of an Executive Order of the President
with respect to the prosecution of war or in the interest of
national defense.
' General Provisions - 44
1
I
I
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 lass of
anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead '
expenses, (when not otherwise included in the contract) and moving
equipment and materials to and from the job will be considered, the
intent being that an equitable settlement will be made with the
Contractor.
Acceptable materials, obtained or ordered by the Contractor for the
work and that are not incorporated in the work shall, at the option
of the Contractor, be purchased from the Contractor at actual cost
as shown by receipted bills and actual cost records at such points
of delivery as may be designated by the Engineer.
Termination of the contract or a portion thereof shall neither
relieve the Contractor of his/her responsibilities for the
completed work nor shall it relieve his/her surety of its
obligation for and concerning any just claim arising out of the
work performed. '
END OF SECTION 80
G
1
I
II
I
1
General Provisions - 45
I
I1
I
' SECTION 90
' MEASUREMENT AND PAYMENT
90-01 MEASUREMENT OF QUANTITIES. All work completed under the
contract will be measured by the Engineer, or his/her authorized
representatives, using United States Customary Units of
Measurement.
' The method of measurement and computations to be used in
determination of quantities of material furnished and of work
performed under the contract will be those methods generally
' recognized as conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area
computations will be made horizontally, and no deductions will be
' made for individual fixtures (or leave -outs) having an area of 9
square feet or less. Unless otherwise specified, transverse
measurements for area computations will be the neat dimensions
shown on the plans or ordered in writing by the Engineer.
Structures will be measured according to neat lines shown on the
plans or as altered to fit field conditions.
Unless otherwise specified, all contract items which are measured
by the linear foot such as electrical ducts, conduits, pipe
' culverts, underdrains, and similar items shall be measured parallel
to the base or foundation upon which such items are placed.
' In computing volumes of excavation the average end area method or
other acceptable methods will be used.
The thickness of plates and galvanized sheet used in the
' manufacture of corrugated metal pipe, metal plate pipe culverts and
arches, and metal cribbing will be specified and measured in
decimal fraction of inches.
' The term "ton" will mean the short ton consisting of 2,000 pounds
avoirdupois. All materials which are measured or proportioned by
' weights shall be weighed on accurate, approved scales by competent,
qualified personnel at locations designed 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.
General Provisions - 46
Il
I
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 level
capacity, and all loads shall be leveled when the vehicles arrive
at the point of delivery.
When requested by the Contractor and approved by the Engineer in
writing, material specified to be measured by the cubic yard may be
weighed, and such weights will be converted to cubic yards for
payment purposes. Factors for conversion from weight measurement
to volume measurement will be determined by the Engineer and shall
be agreed to by the Contractor before such method of measurement of
pay quantities is used.
Bituminous materials will be measured by the gallon or ton. When
measured by volume, such volumes will be measured at 60 F or will
be corrected to the volume at 60 F using ASTM D 1250 for asphalts
or ASTM D 633 for tars.
Net certified scale weights or weights based on certified volumes
in the case of rail shipments will be used as a basis of
measurement, subject to correction when bituminous material has
been lost from the car or the distributor, wasted, or otherwise not
incorporated in the work.
When bituminous materials are shipped by truck or transport, net
certified weights by volume, subject to correction for loss or
foaming, may be used for computing quantities. ,
Cement will be measured by the ton or hundredweight.
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
General Provisions - 47
I
account work as provided in the subsection titled PAYMENT FOR EXTRA
AND FORCE ACCOUNT WORK of this section.
When standard manufactured items are specified such as fence, wire,
plates, rolled shapes, pipe conduit, etc., and these items are
identified by gage, 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.
Scales for weighing materials which are required to be proportioned
or measured and paid for by weight shall be furnished, erected, and
maintained by the Contractor, or be certified permanently installed
commercial scales.
Scales shall be accurate within one-half percent 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 1
percent of the nominal rated capacity of the scale, but not less
' than 1 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 the inspector can safely and
conveniently view them.
Scale installations shall have available ten standard 50 -pound (2.3
'
kilogram) 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 1 percent.
In the event inspection reveals the scales have been
' I 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
General Provisions - 48
H
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.
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/her
unbalanced allocation of overhead and profit among the contract
items, or from any other cause.
90-04 PAYMENT FOR 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
General Provisions - 49
Li
I
completed and acceptable prior to the Engineer's order to omit or
nonpreform 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 the 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 the extra work. When the change order or supplemental
agreement authorizing the extra work requires that it be done by
force account, such force account shall be measured and paid for
'
based on expended labor, equipment, and materials plus a negotiated
and agreed upon allowance for overhead and profit.
a. xiscallaneous. 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.
b. Comparison of Record. 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 the Engineer or their duly authorized
representatives.
IC. statement. No payment will be made for work performed on
a force account basis until the Contractor has furnished the
Engineer with duplicate 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.
General Provisions - 50
(5) Cost of property damage, liability and workman's
compensation insurance premiums, unemployment insurance
contributions, and social security tax.
Statements shall be accompanied and supported by a 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/her stock, that the quantity claimed was actually
used, and that the price and transportation claimed represent the
actual cost to the Contractor.
90-06 PARTIAL PAYMENTS. Partial payments will be made at least
once each month as the work progresses. Said payments will be
based upon estimates prepared by the Engineer of the value of the
work performed and materials complete in place in accordance with
the contract, plans, and specifications. Such partial payments may
also include the delivered actual cost of those materials
stockpiled and stored in accordance with the subsection titled
PAYMENT FOR MATERIALS ON HAND of this section.
No partial payment will be made when the amount due the Contractor
since the last estimate amounts to less than five hundred dollars.
From the total of the amount determined to be payable on a partial
payment, 10 percent of such total amount will be deducted and
retained by the owner until the final payment is made, except as
may be provided (at the Contractor's option) in the subsection
titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90
percent) of the amount payable, less all previous payments, shall
be certified for payment. Should the Contractor exercise his/her
option, as provided in the subsection titled PAYMENT OF WITHHELD
FUNDS of this section, no such 10 percent retainage shall be
deducted.
When not less than 95 percent of the work has been completed the
Engineer may, at his/her 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
entitled to demand or
of work in excess of t
approved change orders
excess quantities have
of the final quantity
agreed that the Contractor shall not be
receive partial payment based on quantities
hose provided in the proposal or covered by
or supplemental agreements, except when such
been determined by the Engineer to be a part
for the item of work in question.
General Provisions - 51
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
satisfactory evidence that
have been paid.
d. The Contractor
of liens or encumbrances
stockpiled.
furnished the Engineer
material and transportation
owner legal title (free
ie material so stored or
a. The Contractor has furnished the owner evidence
material so stored or stockpiled is insured against loss
to or disappearance of such materials at anytime prior 1
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/her responsibility for furnishing
and placing such materials in accordance with the requirements of
the contract, plans, and specifications.
11 the amount of
ie contract price
contract item in'
No partial payment will be
perishable plant materials.
payments for materials on
materials or the contract
material is intended to be
stockpiled
I
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, 1
he/she may request that the owner accept (in lieu of the 10 percent
retainage on partial payments described in the subsection titled
PARTIAL PAYMENTS of this section) the Contractor's deposits in
escrow under the following conditions.
a. The Contractor shall bear all expenses of establishing and
maintaining an escrow account and escrow agreement acceptable to
the owner.
b. The Contractor shall deposit to and maintain in such
escrow only those securities or bank certificates of deposit as are
acceptable to the owner and having a value not less than the 10
percent retainage that would otherwise be withheld from partial
payment.
C. The Contractor shall enter into an escrow agreement
satisfactory to the owner.
d. The Contractor shall obtain the written consent of the
surety to such agreement.
90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has
been accepted in accordance with the requirements of the subsection
titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare
the final estimate of the items of work actually performed. The
Contractor shall approve the Engineer's final estimate or advise
the Engineer of his/her objections to the final estimate which are
based on disputes in measurements or computations of the final
quantities to be paid under the contract as amended by change order
or supplemental agreement. The Contractor and the 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.
After the Contractor has approved, or approved under protest, the 1
Engineer's final estimate, final payment will be processed based on
the entire sum, or the undisputed sum in case of approval under
protest, determined to be due the Contractor less all previous
payments and all amounts to be deducted under the provisions of the
contract. All prior partial estimates and payments shall be
subject to correction in the final estimate and payment.
General Provisions - 53
I
1
I
' 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.
I
I
II
I
I
I
I
I
I
C
I
I
General Provisions - 54
Li
SPECIAL PROVISIONS
I
' 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
Project includes the furnishing of all equipment, materials, and
incidental items, and performing all labor required to construct in
every detail taxiway extension, blast pads, obstruction removal and
drainage and grading improvements.
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 to hold the
"displaced runway threshold" to the minimum time required. The
' airport is to remain open during the construction of these
improvements, and 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. The Contractor's
' so.■`ea�- . will not ba oDaratad i'7aKr than 250 fact �f Sly ruearav
aatsrlia or 300' fat fro= the and of the existing runway unless
under a "Displaced Threshold" or "Glossa tsnvay" condition.
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.
' SAFETY REOUiXfl4ENTS AND CONSTRUCTION PROCEDURES
"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.
Special Provisions - 1
L
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 runway 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 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 one 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.
(b) When construction work is being accomplished adjacent to '
an active runway when visibility minimums are below one
mile, equipment shall not be permitted within 250 feet
from the runway centerline.
(c) All work which is too close to the ends of the runway for
accomplishment during condition (a) above, shall be
performed during periods when the runway threshold is
displaced or closed runway. (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.
1
Special Provisions - 2 ,
Li
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 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.
trenches, excavation and stockpiled material will
be permitted within 250 feet of the centerline of the
ve runways at general aviation airports. Coverings
open trenches must be of such strength as to support
weight of the heaviest aircraft operating on the
be permitted for temporary lighting
to denote construction limits.
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.
The Airport Owner or his Designated Representative shall
issue the necessary Notices to Airmen (MOTAXS) to reflect
hazardous conditions during construction. The Contractor
shall provide the Engineer with the necessary information
as to the work schedule in advance so the Engineer may
coordinate with and provide the Owner with the work
schedule for the issuance of the NOTAMS. It is important
that NOTAMS be kept current and reflect the actual
conditions with respect to the
construction situation. Active NOTAMS shall be reviewed
periodically and revised to reflect the current
conditions.
Inspections will be made frequently by bol
Owner and Engineer during critical phases
insure that the Contractor is following
safety procedures.
I
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 aircraft
operations, a portion of the project must be constructed under
"closed airport" conditions. In addition, upon completion of each
day's work, the Contractor must restore the runway safety area to
a condition meeting safety requirements. The runway and airport
must be closed for the portion of the work including the Blast pads
and the Taxiway Construction within the Runway Safety Area, however
closed runway shall occur only during nighttime working hours
defined below. The following sections contain additional
information and requirements on the construction procedures.
Construction Procedures. The proposed project is subject to
several restrictions. In order to maintain air carrier and private
aircraft operations at the airport, the project must be constructed
in several phases. The closed runway time, shall be held to the ,
minimum me tirequired for the safety area work and the area within
the runway safety area shall be graded or finished so all slopes
are 5% maximum.
LA).. Work Requirements. The Contractors shall provide '
adequate portable lighting during nighttime hours to minimize
shadows within the work area. The minimum light level at any
point shall be one foot-candle.
The Contractor will be working within the runway approach
slope for Runway 34 for the drainage channel improvements.
The approach slope has a required obstruction fee area which
depend upon the distance from the end of the runway as herein
before described.
The Contractor will be subject to working within the existing
20:1 Runway Protection Zone/Approach Slope for Runway 34
(south end) and shall keep his equipment below this slope
during all aircraft operations.
The Contractor will be working in the Localizer Critical Area
for a portion of the drainage channel work. The ILS Localizer
is a means of providing a horizontal alignment signal to
aircraft approaching Drake Field. This alignment signal is
required at all times of marginal visibility, i.e. clouds,
rain, fog, and other low visibility conditions which produces
a ceiling of 5000 feet or less and visibility of 5 miles or
less. The Localizer is required to be out of service daily
for work within the Localizer Critical Area. The Contractor
will be limited to the time between 7:30 AM and 4:00 PM to
perform the drainage and grading improvements within the
Localizer Critical Area. The Localizer will be placed back in
service daily after field check of Localizer signal by FAA
maintenance personnel.
Special Provisions - 4
I
I
I
I
I
I
I
I
I
I
[I
[1
I
I
I
[1
I
u Order of Work. The construction items have been grouped
into phases and listed in an ordered sequence in the following
tables. The purpose of this ordered sequence is to limit the
disruption of aircraft operations and at the same time to
minimize the required displaced threshold. This order of work
is a suggested schedule, subject to variations; such
variations can be approved by the Engineer.
Work Work
I
II Day
III Daily
7:30 AM to
4:00 PM
Order of Work
Runway -Taxiway
losed Runway Taxiway and alast
construction with
the &ay Safety
Closed Taxiway Remaining Taxiway
Segments Construction
None Drainage and Grading
Improvements within
the Localizer Critical
Area
(CL Closed Runway/Airport. The runway shall be closed at
night in order to complete the rehabilitation work within 250'
of the runway centerline. The schedule for the closed runway
periods have been established to minimize the effect upon
flight operations. The Contractor shall begin the work 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 improvements within 250 feet of the
runway centerline.
(1) y W&r*inas. The Contractor shall provide
two yellow closed crosser as shown on the Plans. The
crosses shall be placed at each end of the pavement at
the start of each night's work. 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 of work. No separate payment shall be made
for providing, installing, and removing the closed runway
crosses.
(2) Flight Operations Between 11:50 P.M. and 6:00 A.M.
Flight operations during the normal night working hours
may occur due to delayed American Eagle Airlines, U.S
Air, N.W. Air, T.W. Express, or Atlantic Southeast flight
delayed after 11350 P.K.
Special Provisions - 5
I
(3) 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 11:30
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.
(4) Standby Time. This condition occurs when the
Engineer has not directed that the project be placed
under suspension as provided in subparagraph (c) above,
the conditions develop that work cannot begin at 12:00
Midnight. The factors controlling standby time are as
follows:
(a) The Contractor's reporting to work at 11:45
P.M.
(b) The Engineer's notification to the Contractor '
at or prior to 11:30 P.M. that work cannot begin at
12:400 Midnight.
(c) The Engineer's instruction to the Contractor
to hold his personnel on standby because of the
possibility of working after 12:00 Midnight. The
Engineer may repeat his instruction to continue on
standby time at intervals of one (1) hour, or at
longer intervals, as in his judgement is
appropriate. Standby time shall occur, and be
measured by, increments of one half hour, The
Contractor shall not be required to hold his
personnel on standby basis later than 2:00 A.M. If
the Contractor so selects, he may hold his
personnel later than midnight, but the time after
2:00 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 scheduled daily flight is delayed
past 11:55 P.M. or if a charter flight is scheduled
after 12:00 Midnight.
(d) Measurement and Payment Standby time will be
measured in increments of one half hour and
payments shall be made at the unit price bid under
Bid Item No. 66 for: Standby Time, per hour.
(e) Legal Holidays. No holiday, including Sunday,
will be observed during night time (closed runway) '
work. Observation of legal holidays during the
Special Provisions - 6
I
' other Work Phases shall be at the discretion of the
contractor.
(D) Clqnd _Taxiway Time. The adjacent parallel and the
connecting taxiways shall be closed during the work on an as
needed basis. The Engineer shall review the Contractor's
' schedule with the Owner and made adjustments to minimize the
effect of closed taxiway segments upon flight operations. The
taxiway segments shall remain closed only during daily working
hours unless construction activities require otherwise and so
directed by the Engineer.
The Contractor shall proceed with the above work in 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 light
per barricade, the barricades shall be of such multiple
length as to cover 50 percent of the taxiway, and placed so as
Ito 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 of the
work. No payment shall be made for the barricades,
installation, maintenance or removal.
' (E) clean-up. From time to time the Contractor shall clean
up the construction site, in order that the site present a
neat appearance and the progress of the work not be impeded.
One such period of clean-up shall immediately precede final
inspection. Immediately following acceptance of the work by
the Owner, the Contractor shall remove all temporary plant,
' equipment, surplus materials, and debris resulting from his
operations, and leave the site in a condition fully acceptable
to the owner. 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.
' (F) Overtime Engineering Observation.,The standard workday
for the Construction Observer is 8 hours; and the standard
' workweek is 40 hours. OvartiM for the construction Observer
is any work schedule which results in as than 40 hours of
work for one calendar reek. 7.f the Contractor chooses to work
art iae, the cost to the Owner for enginssrLag observation
' for those overtime hours will be deducted from the amount due
to the contractor on the monthly contractors pay sstisats
' Special Provisions - 7
I
I
form. The number of hours stated in Item 64 of the Proposal '
is used to establish a cost for this project.
SG) Working Hours.
Day: Working hours for those Work Phases for which "Day"
is listed in Work Time columns are at the discretion of
the Contractor (see Order of Work Table).
Entrance, Parking Area 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 the designated entrances
shall be used. The gate(s) shall be unlocked or opened at work
time for access to the airfield then shall be locked or closed for
the remainder of the work day. The movement of equipment and
materials shall be made through the designated gate(s). the
gate(s) shall remain locked or closed at all times except when
needed for access. Should the gate(s) need to remain unlocked or
opened 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.
The Contractor shall store his equipment during non -working hours
at locations approved by the Airport Manager within the airport
property close to the project sites.
Schedule of Work. The schedule of each day or night's work shall
be as proposed by the Contractor shall be submitted to the Engineer
no later than 11:30 P.M. for the evening of the night'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.
Clearance for use with FAA. At the end of each days work within ,
the construction area zone, the Engineer or the Owner's
Representative shall determine that the section of runway or
taxiway 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. The construction of the extended runway safety
areas requires that during certain periods of time, the Contractor
will be within active runway area with equipment and materials.
The Contractor shall have personnel stationed to control
Special Provisions - 8 1
1]
I
I
I
I
El
I
I
I
1
1
I
I
I
I
I
construction traffic within the safety area of the runway. This
control shall be accomplished through the communication with the
Air Traffic Control Tower using two-way, portable radios. The
Contractor shall furnish two multi -channel portable radios
Bendix/King KX-99 or approved equal by the Airport Manager complete
with leather carrying case, vehicle lighter trickle charger
manufactured by Bendix/King, General Aviation Avionics Division,
Olathe, Kansas (913 782-0700) and combination microphone headset
(David Clark Model 1080) in 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 or 300 feet
beyond the end of the runway. Equipment and personnel shall not be
returned to the restricted work area until permission for such
return is granted by the air traffic control tower. Upon
completion of the contract, the radios shall remain the property of
the Owner. No extra payment shall be made for the radios.
i . . (4:11
(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. Optionally, all vehicles may be
equipped with a flashing yellow dome -type light. 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, or the means appropriate for the
particular airport. The clearance shall be confirmed by
the driver's personal observation that no aircraft is
approaching his position.
(c) It will be desirable to clearly identify the vehicles for
control purposes by either assigned initials or numbers
prominently displayed on each side. The identifying
Special Provisions - 9
El
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 sign 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, be 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;
(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;
Special Provisions - 10
I
I
I
I
(8) to give approvals and to take action to the extent
necessary for the orderly and expeditious prosecution of
the Work; but the Engineer shall not have authority to
amend or modify the Construction Contract;
(9) to delegate his responsibilities to other representatives
of the owner in connection with specific portions of the
Work;
(10) to disapprove or reject Work 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
Special Provisions - 11
7
I
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.
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, of the 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'S EXAMINATION. The Contractor will be held to have
examined all information, documents, and drawings furnished to him
by or on behalf of the Owner in connection with this Contract and
shall consult with the Engineer in the event of any error or
inconsistency or in the event any portion of the Work is not
sufficiently detailed or explained, and in no event shall the
Contractor proceed with the Work in uncertainty. It is understood
and agreed that the Contractor has, by personal examination at the
site, checked the material and location of the work; the type of
equipment, storage space and facilities needed preliminary to, and
during execution of the work; the general and local conditions, and
all other matters 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
Special Provisions - 12
C
r
L
I
I
I
I
C
I
C
r
I
Li
11
[I
I
I
E
I
I
of all such data with the requirements of the Plans and
Specifications. Failure on the part of the contractor to have
fully informed himself of site conditions, and to fully understand
the extent of the Work required, shall not excuse him in any way
from his obligation to supply and install the Work in accordance
with the Specifications and Plans, and under all conditions as they
exist. No extra compensation will be allowed because of his
failure to so inform himself. His submission of a bid on the
project shall be considered as sufficient evidence that the
Contractor has complied with the above requirements.
ARRANGEMENT OF SPECIFICATIONS AND PLANS. Titles to sections and
paragraphs in the Specifications are used merely for convenience,
and shall not be taken as a correct or complete segregation of the
several units of materials, equipment and labor, nor as an attempt
to outline or define jurisdictional procedures. Likewise, the
identifications of any Plans shall not control the Contractor in
dividing the Work among Subcontractors or delineating the Work to
be performed by any specific trade. No responsibility, either
direct or implied, is assumed by the Engineer, or the owner, for
omissions or duplications by the Contractor or by any of his
subcontractors, due to real or alleged errors in arrangement of
matter in the Plans and Specifications.
WORKMEN. The Contractor shall employ, or cause to be employed, on
or in connection with the performance of the Work only persons who
are fit and skilled in the work assigned. The Contractor shall at
all times enforce, or cause to be enforced, strict discipline and
good order among the workmen employed on the Work. Should any
disorderly, incompetent, or objectionable person be employed by the
Contractor, or by any subcontractor, upon or about the Construction
Site, the Contractor shall, upon request of the Engineer, cause
such person to be removed from the Work and not again employed
thereon without the written permission of the Engineer.
HORSEPLAY. FIGHTING AND ROAMING. Horseplay, scuffling, fighting or
carrying of firearms is not permitted on the Construction Site.
The Contractor's men shall confine their activities to the specific
area of construction work.
INSURANCE GENERAL
The Contractor shall provide (from insurance companies acceptable
to the Owner) the insurance coverage designated hereinafter and pay
all costs.
Before execution of the Contract, Contractor shall furnish the
Owner with complete copies of all insurance policies and
certificates of insurance specified herein showing the type,
amount, class of operations covered, effective dates, and date of
expiration of policies, and containing substantially the following
statement. "The insurance covered by this certificate will not be
Special Provisions - 13
H
canceled or materially altered, except after 30 days written notice
has been received by the Owner".
In case of the breach of any provision of this Article, the Owner
at his option, may take out and maintain, at the expense of the
Contractor, such insurance as the Owner may deem proper and may
deduct the cost of such insurance from any monies which may be due
or become due the Contractor under this Contract.
CONTRACTOR AND SUBCONTRACTOR INSURANCE The Contractor shall not
execute the Contract or commence Work under this Contract until he
has obtained all the insurance required hereunder and such
insurance has been reviewed and approved by the Owner, nor shall
the Contractor allow any subcontractor to commence Work on his
subcontract until insurance specified below has been obtained.
Review of the insurance by the Owner shall not relieve or decrease
the liability of the Contractor hereunder.
COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor '
shall maintain during the life of this Contract the statutory
Workmen's Compensation, in addition, Employer's Liability Insurance
in an amount not less than $1OO,OO0 for each occurrence, for all of
his employees to be engaged in Work on the Project under this
Contract and, in case any such Work is sublet, the Contractor shall
require the subcontractor similarly to provide Workman's
Compensation and Employer's Liability Insurance for all of the
latter's employees to be engaged in such Work. Where Work under
this Contract includes any water or navigational exposure, coverage
shall be included to cover the Federal Longshoremen's and
Haborworker's Act and the Federal Jones Act. Employer's Liability
Insurance shall be extended to include waiver of subrogation to the
Owner.
GENERAL LIABILITY INSURANCE The Contractor shall maintain during
the life of this Contract such general liability, completed
operations and products liability, and automobile liability
insurance as will provide coverage for claims for damages for
personal injury, including accidental death, as well as for claims
for property damage, which may arise directly or indirectly from
performance of the Work under this Contract. The general liability
policy should also specifically ensure the contractual liability
assumed by the Contractor under Article Indemnification. Coverage
for property damage shall be on a "broad form" basis with no
exclusions for "XC & U". Amount of insurance to be provided shall
be as shown below: ,
I
Special Provisions - 14
1
Li
I
1. Contractor's Comprehensive General Liability Insurance
For not less than the following limits of
' liability:
Bodily Injury: $500,000 each occurrence
$500,000 aggregate
Property Damage: $250,000 each occurrence
' $250,000 aggregate
Include the following coverage:
' o Waiver of all "XCU" exclusions.
o Broad Form Property Damage and Personal
' Injury Liability.
o Independent Contractor's Coverage
' 2. Contractor's Comprehensive Automobile Liability Insurance
For not less than the following limits of
• ' liability:
Bodily Injury: $ 500,000 each person
1 $1,000,000 each occurrence
Property Damage: $ 100,000 each occurrence
OR
Bodily Injury and Property Damage: $1,000,000 combined
' single limit each occurrence.
Include Hired car and Non -Ownership Coverage.
•' 3. Contractor's Excess Umbrella policy: $1,000,000 limit of
liability policy shall be provided.
' BUILDER'S RISK ALL-RISK INSURANCE Unless otherwise modified in the
Supplementary Conditions, the Contractor shall secure and maintain
during the life of this Contract, Builders Risk All Risk Insurance
' coverage in an amount equal to the full replacement value of
structures, equipment, electrical, and mechanical systems only.
Such insurance shall not exclude coverage for earthquake,
landslide, flood, collapse, blasting, or loss due to the results of
' faulty workmanship and shall provide for losses to be paid to the
Contractor, Subcontractor, and the Owner as their interests may
appear.
1
Special Provisions - 15
El
H
OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE The
contractor's shall, at his expense, provide the owner with an
Owner's and Contractor's Protective Liability Insurance Policy
naming the Owner as the named insured and the Engineer, its
architects and engineers, and each of their officers, agents, and
employees as additional insured under that policy, said policy to
protect said parties from claims which may arise from operations
under the Contract.
Limits of policy coverage shall be:
I
H
I
Bodily Injury: $ 500,000 each person
$1,000,000 aggregate
Property Damage $ 250,000 each person
$ 250,000 aggregate
OR
$1,000,000 combined -single limit each
occurrence/aggregate.
INSURANCE COVERAGE FOR SPECIAL CONDITIONS When the construction is
to be accomplished within a public or private right-of-way
requiring special insurance coverage, the Contractor shall conform
to the particular requirements and provide the required insurance.
The Contractor shall include in his liability policy all
endorsements that the said authority may require for the protection
of the authority, its officers, agents and employees. Insurance
coverage for special conditions, when required, shall be provided
as set forth in these SPECIAL PROVISIONS.
O PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of
the provisions hereof in exercising any authority granted by the
Contractor, there will be no personal liability upon any public
official.
INDEMNITY The Contractor shall indemnify and hold harmless the
Owner, the Engineer, and their agents and employees from and
against damages, losses, and expenses including attorney's fees, up
to the amount of the Contract price, 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 or to destruction of
tangible property (other than the Work itself), including the loss
of use resulting therefrom, and (2) is caused in whole or in part
by any act or omission 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, provided that such claims, damages,
losses, and expenses are not proximately caused by the negligence
of any indemnitee in the design, or by the sole negligence of any
Special Provisions - 16
I
n
n
H
H
I
n
I
I
I
H
I
I
indemnitee in the observation of the Work that is the subject of
this construction Contract.
' In any and all claims against the owner, 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 Article 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 or any
subcontractor under Workmen's Compensation Acts, Disability Benefit
Acts, or other Employee Benefit Acts.
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.
CONTRACTOR'S LIABILITY INSURANCE REQUIREMENTS The bidder shall
provide with the Proposal a listing of both automobile and personal
t liability insurance coverage currently in force, along with a copy
of a Certificate of Insurance as verification of that coverage. In
addition, the bidder shall provide a statement of premium cost
issued by the agent or insurance carrier for that coverage.
In the event the owner determines that the low bidder's coverage in
force is inadequate, the Owner may require the low bidder to
' procure additional coverage in amounts specified by the Owner. The
cost of premiums for such additional coverage shall be paid by the
Owner in the form of a reimbursement under the contract.
In the event the low bidder is unable, after diligent effort, to
procure such additional coverage as may be required by the Owner,
the Owner shall provide such additional coverage, naming the
contractor as insured or, at the option of the Owner, reduce the
amount of additional coverage required or waive any requirement for
additional coverage.
I
r
Third Party Coverage The bidding documents requirm the contractor
to nerve the engineer and the Omar as additional insured, the
bidder ha11 show the premium cost for the additional insured in
the Proposal in the item for additional coverage. The amount shown
in the bid item for additional premium cost shall be that amount of
additional premium, for the named Owner and Engineer, above the
premium for the coverage shown in the Certificate of Insurance
submitted with the bid. The additional coverage is required by
Special Provisions - 17
I
the owner, the additional premium cost for third party coverage
above the amounts shown in the Certificate of Insurance shall be
paid by the Owner in the form of a reimbursement under the contract
under Bid Item No. 65.
Surety and Insurer qualifications All bonds, insurance contracts,
and certificates of insurance shall be either executed by or
countersigned by a licensed resident agent of the surety or
insurance company, having his place of business in the State of
Arkansas, and in all way complying with the insurance laws of the
State of Arkansas. Further, the said surety or insurance company
shall be duly licensed and qualified to do business in the State of
Arkansas.
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 location and route 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 is described in Section "SAFETY REQUIREMENTS
AND CONSTRUCTICN PROCEDURES" of these SPECIAL PROVISIONS. The
Owner may limit the areas available for parking for the
Contractor's work force.
OWNER -FURNISHED MATERIALS. Section 60-08 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.
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 conditions to be encountered, and the submission of the
Proposal by the Contractor for the work constitutes his compliance
with this requirement.
Special Provisions - 18
Li
C
J
L
I
I
I
I
I
[I
I
H
I
C
I
I
I
[1
H
I
I
I
I
PARTIAL ACCEPTANCE. Sections 50-14 and 70-13 of the GENERAL
' PROVISIONS do not apply to this project. The entire project is to
be satisfactorily completed and ready for the Owner's use before
acceptance.
' 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.
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 work "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.
' 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.
' G. Special attention is
called to the fact that the Contractor will be required to perform
his awn construction staking. The Nngineer, however, viii provide
' a reference line for project alignment and a temporary bench nark
from which the Contractor may work. Thereafter it will be the
Contractor's responsibility to not all grads hubs (blue tops),
clearing stakes, slope stakes, etc.
The Contractor shall verify all grades and dimensions as shown on
the Plans, and he shall report any errors or inconsistencies in the
' above to the Engineer before commencing work. The Contractor will
be held responsible for the accuracy of the layout of all the work.
ISpecial Provisions - 19
I
All of the Contractor's survey work will be subject to the review
of the Engineer's representative as a part of the construction
observation process.
In addition to the locations where spot elevations are shown on the
grading plan, the Contractor will be required to set grade hubs at
a maximum of fifty (50') foot centers for construction of the
subgrade and base courses.
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
through 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 preserve the
same until they can be properly referenced and relocated. The
Contractor shall also furnish at 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.
If any part of the Contractor's Work depends on proper execution or
results upon the Work of any such other contractor (or Owner), the
Contractor shall inspect and promptly report to the Engineer in
writing any defects or deficiencies in such Work that render it
unsuitable for such proper execution and results. His failure to
so report shall constitute an acceptance of the other Work as fit
and proper for the relationship of his Work except as to defects
and deficiencies which may appear in the other Work after the
execution of this Work.
Special Provisions -20 '
I
The Contractor shall do all cutting, fitting and patching of his
Work that may be required to make its several parts come together
' properly and fit it to receive or be received by such other Work.
The Contractor shall not endanger any Work of others by cutting,
excavating or otherwise altering their Work and will only cut or
alter their Work with the written consent of the Engineer and of
the other contractors whose Work will be affected.
If the performance of additional Work by other contractors or the
' Owner is not noted in the Plans and Specifications prior to the
execution of the contract, written notice thereof shall be given to
the Contractor prior to starting any such additional Work. If the
' Contractor believes that the performance of such additional Work by
the Owner or others involves him in additional expense or entitles
him to an extension of the Contract Time, he may make a claim
therefore.
1 RECORD DRAWINGS. The Contractor shall keep one record copy of all
Project Specifications, Plans, Addenda, Modifications, and Shop
' Drawings at the site in good order and annotated to show all
changes made during the construction process. These shall be
available to the Engineer and shall be delivered to him for the
' Owner prior to final acceptance of the Project.
PUBLICITY. No information relative to the Work shall be released
by the Contractor, either before or after completion of the Work,
' for publication or for advertising purposes without the prior
written consent of the Owner and the Engineer.
' MODIFICATIONS AND WAIVERS. No change in, addition to, or waiver of
any of the provisions of the Construction Contract shall be binding
upon either Party unless in writing signed by an authorized
representative of such Party. No waiver by either Party of any
' breach of the other Party of any of the provisions of the
Construction Contract shall be construed as a waiver of any
subsequent breach, whether of the same or of a different provision
of the Construction Contract.
STANDARDS. Materials or processes for which 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
t 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.
Special Provisions - 21
I
TESTING. The Engineer will conduct OR CALL FOR compaction tests on
earthwork, as necessary to assure proper compaction and therefore,
a stable, a subgrade and base. Also, concrete cylinder tests will
be made by a laboratory 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. U
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 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.
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 insured "as their interests may appear".
(3) Legal titles to all items of stored materials certifying t
that the items are "free of liens and encumbrances".
Special Provisions -22 '
H
I
H
H
I
I
COST OF PLANS AND SPECIFICATIONS. The Engineer shall provide to
each prime Contractor three (3) sets of Plans and Specifications to
permit the Contractor to construct the project. The Contractor
shall, compensate the Engineer with payment of Seventy-five dollars
($75.00) per set of documents required in addition to the three
sets.
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.
Separate sheets of the Plans and/or Specifications will not 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.
PRE -CONSTRUCTION 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, 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.
' Special Provisions - 23
[I
I
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.
S 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 1
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 1
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; '
Special Provisions -24 ,
I
I
(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;
(7) to make decisions on all controversies arising out of the
Plans and Specifications or the refusal or failure of
either party to perform any part thereof;
(8) to give approvals and to take action to the extent
necessary for the orderly and expeditious prosecution of
the Work; but the Engineer shall not have authority to
amend or modify the Construction Contract;
' (9) to delegate his responsibilities to other representatives
of the Owner in connection with specific portions of the
Work;
(10) to disapprove or reject Work or material which is
"defective" (which term is hereinafter used to describe
Work or material that is unsatisfactory, faulty or
defective, or does not conform to the requirements of the
Plans and Specifications, or does not meet the
requirements of any test;
(11) to require special testing of the Work or material as
provided for hereafter whether or not the Work or
' material is fabricated, installed, or completed;
(12) to exercise his best efforts to insure faithful
' performance by both the Owner and the Contractor. He
will not show partiality to either and will not be liable
for the result of any interpretation or decision rendered
in good faith. Claims, disputes and other matters
' relating to the execution and progress of the Work or the
interpretation of or performance under the Plans and
Specifications shall be referred to the Engineer for
' decision; which he will render in writing within a
reasonable time; All decisions and determinations made
by the Engineer pursuant to the Work and communicated to
the Contractor shall be binding on the Contractor unless,
1 within thirty (30) days thereafter, written objection is
filed with the owner's Purchasing Agent demanding that
the issue be determined by arbitration.
The Engineer or his representative may inform the Contractor or his
sub -contractors of circumstances which, in the opinion of the
1 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
' Special Provisions - 25
S
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.
CONT'RACTOR'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 for any failure of such material or
products as applied to conform to the characteristics and/or
capabilities of each as required by the specifications.
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
Special Provisions - 26 '
J
I
construction purposes. The Contractor shall determine
the location of the existing 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) Pac;ice., - The Contractor shall furnish
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
curbing, 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 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.
Special Provisions - 27
P
I
(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 TAXES. The
Contractor shall obtain and pay for all construction permits and
licenses and shall pay all governmental charges and inspection fees
necessary for the prosecution of the Work, which are applicable at
the time of his Bid. The Owner shall assist the Contractor when
necessary in obtaining such permits and licenses. The Contractor
shall also pay all public utility charges.
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 - 28 ,
U
I
I
I
I
I
LI
L
I
I
I
I
I
I
7
L
L
The Contractor shall permit and facilitate inspection of the Work
by the owner, and/or its representatives of all 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 and design criteria, codes, laws, or safety
requirements.
The Contractor shall pay all sales, consumer, use 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.
EXCAVATION SAFETY The Contractor shall be solely responsible for
trench and excavation safety system in accordance with Act 291 of
1993 of the State of Arkansas and OSHA requirements.
Occupational Safety and Health Administration (OSHA) Standard for
Excavation and Trenches Safety System, 29 CFR 1926, Subpart P =
Excavation.
END OF SECTION
Special Provisions - 29
I
I
1
1
1
1
FAA STANDARD SPECIFICATIONS
1
1
1
1
1
1
1
1
1 .
J
ITEM P-151 CLEARING AND GRUBBING
DESCRIPTION
151-1.1 This item shall consist of clearing and grubbing,
' including the disposal of materials, for all areas within the
limits designated on the plans or as required by the Engineer.
Clearing shall consist of the clearing the surface of the ground of
'
the designated area of all trees, stumps, down timber logs, snags,
brush, undergrowth, hedges, heavy growth of grass or weeds, fences,
structures, debris, and rubbish of any nature, natural obstruction
' or such material which in the opinion of the Engineer is unsuitable
for the foundation of strips, pavements, or other required
structures, including the grubbing of stumps,roots, matted roots,
' foundations, and the disposal from the project of all spoil
materials resulting from clearing and grubbing by burning or
otherwise.
CONSTRUCTION METHODS
' 151-2.1 GENERAL. The areas denoted on the plans to be cleared and
grubbed shall be staked on the ground by the Engineer. The
clearing and grubbing shall be done at a satisfactory distance in
advance of the grading operations.
All spoil materials removed by clearing and grubbing shall be
disposed of by removal to approved disposal areas. Burning of
material will be permitted, provided the burning operations are
conducted under such conditions that minimize smoke and any smoke
' blown in the direction of the runway will no be objectionable to
the Airport Manager. Burning shall be subject to any approval
conditions set forth by the city of Fayetteville's Fire Marshal and
' burning may be used upon the Fire Marshal's approval. The debris
remaining from the burning operation shall be disposed of at an
off -site location secured by the Contractor.
As far as practicable, waste concrete and masonry shall be placed
on slopes of embankments or channels. When embankments are
constructed of such material, this material shall be placed in
' accordance with requirements for formation of embankments. Any
broken concrete or masonry which cannot be used in construction,
and all other materials not considered suitable for use elsewhere,
' shall be disposed of by the Contractor. In no case shall any
discarded materials be left in windrows or piles adjacent to or
within the airport limits. The manner and location of disposal of
materials shall be subject to the approval of the Engineer and
' shall not create an unsightly or objectionable view. When the
Contractor is required to locate a disposal area outside the
airport property limits at his/her own expense, he shall obtain and
file with the Engineer, permission in writing from the property
owner for the use of private property for this purpose.
' Section P-151 -
C
If the plans or the specifications require the saving of '
merchantable timber, the Contractor shall trim the limbs and tops
from designated trees, saw them into suitable lengths, and make the
material available for removal by other agencies.
Any blasting necessary shall be done at the Contractor's
responsibility, and the utmost care shall be taken not to endanger
life or property.
The removal of existing structure and utilities required to permit
orderly progress of work shall be accomplished by local agencies,
unless otherwise shown on the plans. Whenever a telephone or
telegraph pole, pipeline, conduit, sewer, roadway, or other utility
is encountered and must be removed or relocated the Contractor
shall advise the Engineer who will notify the proper local
authority or owner and attempt to secure prompt action.
151-2.2 CLEARING AND GRUBBING. In areas designated to be cleared '
and grubbed, all stumps, roots, buried logs, brush, grass, and
other unsatisfactory materials shall be removed. Tap roots and
other projections over 1-1/2 inches in diameter shall be grubbed
out to a depth of at least 18 inches below the finished subgrade or
slope elevation.
Any buildings and miscellaneous structures that are shown on the
plans to be removed shall be demolished or removed, and all
materials therefrom shall be disposed of either by burning or
otherwise removed from the site. The remaining or existing
foundations, wells, cesspools, and all like structures shall be
destroyed by breaking our or breaking down the materials of which
the foundations, wells, cesspools, etc., are built to a depth at
least 2 feet below the existing surrounding ground. Any broken
concrete, blocks, or other objectionable material which cannot be
used in backfill shall be removed and disposed of. The holes or
openings shall be backfilled with acceptable material and properly
compacted.
All holes remaining after the grubbing operation in embankment
areas shall have the sides broken down to flatten out the slopes,
and shall be filled with acceptable material, moistened and
properly compacted in layers to the density required in Item
P-152. The same construction procedure shall be applied to all
holes remaining after grubbing in excavation areas where the depth
of holes exceeds the depth of the proposed excavation.
METHOD OF MEASUREMENT
151-3.1 The quantity of clearing and grubbing as shown by the
limits on the plans or as ordered by the Engineer shall be the
number of acres measured by neat lines by the Engineer for the
complete item of land specifically cleared and grubbed. 1
Section P-151 - 2
1
BASIS OF PAYMENT
151-4.1 Payment shall be made at the contract unit price for
clearing and grubbing. This price shall be full compensation for
furnishing all materials and for all labor, equipment, tools, and
incidentals necessary to complete the item.
Payment will be made under:
Bid Item No. 1 Clearing and Grubbing -- per acre
END OF ITEM P-151
Section P-151 - 3
I
I
ITEM P-152 EXCAVATION AND EMBANKMENT
DESCRIPTION
152-1.1 This item covers excavation, disposal, placement, and
compaction of all materials within the limits of the work required
to construct taxiway extension, blast pads, and drainage
improvements, or other purposes in accordance with these
specifications and in conformity to the dimensions and typical
section shown on the plans.
152-1.2 CLASSIFICATION. All material excavated shall be
classified as defined below:
a. Unclassified Excavation. Unclassified excavation shall
consist of the excavation material required to construct the
taxiway extension, blast pads and drainage improvements. The
excavation material shall be obtained from these areas shall be
used to form the subgrade embankment for the taxiway and drainage
improvements.
b. Rock Excavation. Rock excavation shall include all solid
rock in ledges, in bedded deposits, in unstratified masses, and
conglomerate deposits which are so firmly cemented they cannot be
removed without blasting or using rippers. All boulders containing
a volume of more than 1/2 cubic yard will be classified as "rock
excavation". Material which can be removed using a Caterpillar D-8
Dozer with single ripper tooth or Caterpillar 235 Excavator with
single ripper tooth or equivalent equipment shall not be considered
rock for payment purposes.
C. Muck Excavation. Muck excavation shall consist of the
removal and disposal of deposits of mixtures of soils and organic
matter not suitable for foundation material. Muck shall include
materials which will decay or produce subsidence in the embankment.
It may be made up of decaying stumps, roots, logs, humus, or other
material not satisfactory for incorporation in the embankment.
d. Drainage Excavation. Drainage excavation shall consist of
all excavation made for the purpose of improving the drainage
channels and ditches, such as intercepting, inlet or outlet;
temporary levee construction; or any other type as shown on the
plans in the southwest portion of the Airport property.
e. Select Borrow Excavation. Select borrow excavation shall
consist of approved material required for the construction of the
taxiway select embankment. Select borrow material shall be
obtained from areas outside limits of the airport property and be
approved by the Engineer.
I
Section P-152 - 1 '
152-1.3 Unsuitable Excavation. Any material containing vegetable
or organic matter, such as muck, peat, organic silt, or sod shall
' be considered unsuitable for use in embankment construction.
Material, when approved by the Engineer as suitable to support
vegetation, may be used on the embankment slope.
' 152-1.4 Riprap. Herd and durable quarry -run limestone with i.e
than 35 percent wear when tested for resistance to abrasion in
conformance to ASTM C 535. Bulk density shall not be less than 160
' pounds per dry cubic foot. The least dimension of any one piece
shall not be less than 1/3 the greatest dimension. A minimum of 35
percent of the volume shall be in pieces ranging in size trcw 1/3
cubic toot to a cubic feet. smaller pieces will be allowed only to
till in the voids in the larger stone. The filter fabric below the
riprap shall be as specified in section soil stabilization Fabric.
' CONSTRUCTION METHODS
152-2.1 General. Before beginning excavation, grading, and
' embankment operations in any area, the area indicated on the Plans
shall be completely cleared and grubbed in accordance with Item
P-151.
' The suitability of material to be placed in embankments shall be
subject to approval by the Engineer. All unsuitable material shall
be disposed of in waste areas shown on the plans. All waste areas
' shall be graded to allow positive drainage of the area and of
adjacent areas. The surface elevation of waste areas shall not
extend above the surface elevation of adjacent usable areas of the
' airport, unless specified on the plans or approved by the Engineer.
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.
' When the contractor's excavating operations encounter artifacts of
historical or archaeological 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 has become compacted, by hauling or other activities
of the contractor shall be scarified and disced to a depth of 4
'inches, in order to loosen and pulverize the soil.
' Section P-152 - 2
I
If it is necessary to interrupt existing surface drainage, sewers ,
or under -drainage, conduits, utilities, or similar underground
structures the Contractor shall be responsible for and shall take
all necessary precautions to preserve them 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/her own expense,
satisfactorily repair or pay the cost of all damage to such
facilities or structures which may result from any of the
Contractor's operations during the period of the contract. ,
152-2.2 EXCAVATION. No excavation shall be started until the work
has been staked out by the Contractor and the Engineer has obtained
elevations and measurements of the ground surface. All suitable
excavated material shall be used in the formation of embankment,
subgrade, or for other purposes shown on the plans. All unsuitable
material shall be disposed of as shown on the plans, or at off -site
locations secured by the Contractor.
When the volume of the excavation exceeds that required to
construct the embankments to the grades indicated, the excess shall
be used to grade the areas of ultimate development or disposed of
as directed. When the volume of excavation is not sufficient for
constructing the fill to the grades indicated, the deficiency shall
be obtained from borrow areas.
The grade shall be maintained so that the surface is well drained
at all times. When necessary, temporary drains and drainage
ditches shall be installed to intercept or divert surface water
which may affect the work.
a. Selective Grading. When selective grading is indicated on
the plans, the more suitable material as designated by the Engineer
shall be used in constructing the embankment or in capping the
pavement subgrade. If, at the time of excavation, it is not
possible to place this material in its final location, it shall be
stockpiled in approved areas so that it can be measured for payment
for rehandling as specified in paragraph 3.3.
b. Undercutting. Rock, shale, hardpan, loose rock, boulders,
or other material unsatisfactory for runway safety areas,
subgrades, or arty areas intended for turfing shall be excavated to
a minimum depth of 12 inches, or to the depth specified by the
Engineer, below the subgrade. Muck, peak, matted roots, or other
yielding material, unsatisfactory for subgrade foundation, shall be
removed to the depth specified. Unsuitable materials shall be
disposed of at off -site locations. This excavated material shall
be paid for at the contract unit price per cubic yard for
Unclassified Excavation upon written authorization by the Engineer
and Owner. The excavated area shall be refilled with suitable
material, obtained from the grading operations or borrow areas and
thoroughly compacted by rolling. The necessary refilling will
Section P-152 - 3 '
I
I
constitute a part of the embankment.
IC. Overbreak. Overbreak, including slides, is that portion
of any material displaced or loosened beyond the finished work as
planned or authorized by the Engineer. The Engineer shall
' determine if the displacement of such material was unavoidable and
his/her decision shall be final. All overbreak shall be graded or
removed by the Contractor and disposed of as directed; however,
payment will not be made for the removal and disposal of overbreak
' which the Engineer determines as avoidable. Unavoidable overbreak
will be classified as "Unclassified Excavation."
Id. Compaction Requirements. The subgrade under areas to be
paved shall be compacted to a depth of 6 -inches or in 8 -inch lifts
to a density of not loss than 95 percent of the saximum density as
determined by ASTM D 1557. The ditch channel embankment shall be
'
compacted in 8 -inch lifts to a density of not less than 92 percent
of the maximum density as determined by AVM D 699.
' The in -place field density shall be determined in accordance with
ASTM D 2922. Stones or rock fragments larger than 4 inches in
their greatest dimension will not be permitted in top 6 inches of
' the subgrade.
All cut -and -fill slopes shall be uniformly dressed to the slope,
cross section, and alignment shown on the plans or as directed by
' the Engineer.
No payment or measurement of 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.
152-2.3 s�.DOT IOPMOR =IChV&TXOM. Compacted select borrow area
shall consist of excavation made from borrow areas outside the
'airport to form the compacted select embankment.
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, at least 15 days prior to
' beginning the excavation, so necessary measurements and tests can
be made. All unsuitable material shall be disposed of by the
Contractor. All borrow pits shall be opened up 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 to permit accurate measurements, and they shall be
' Section P-152 - 4
I
I
drained and left in a neat, presentable condition with all slopes
dressed uniformly.
The select borrow material may be a locally available red silty
clay with broken chart material having a Unified Soil
Classification of (GC).
152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of
excavation for the drainage channels and ditches, for temporary
levee construction, or for any other type as designed or as shown
on the plans. The work shall be performed in the proper sequence
with the other construction. All satisfactory material shall be
placed in fills; unsuitable material shall be placed in waste areas
or as directed. Intercepting ditches shall be constructed prior to
starting adjacent excavation operations. All necessary work shall
be performed to secure a finish true to line, elevation, and cross
section.
I
I
I
I
I
The Contractor shall maintain ditches constructed on the project to
the required cross section and shall keep them free of debris or
obstructions until the project is accepted.
152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to
be constructed, all sod and vegetable matter shall be removed from
the surface upon which the embankment is to be placed, and the
cleared surface shall be completely broken up by plowing or
scarifying to a minimum depth of 6 inches. This area shall then be
compacted as indicated in paragraph 2.6.
No direct payment shall be made for the work performed under this
section. The necessary clearing and grubbing and the quantity of
excavation removed will be paid for under the respective items of
work.
152-2.6 FORMATION OF EMBANIMENTS. Embankments shall be formed in
successive horizontal layers of not more than 8 inches in loose
depth for the full width of the cross section, unless otherwise
approved to the Engineer.
The grading operations shall be conducted, and the various soil
strata shall be placed, to produce a soil structure a shown on the
typical cross section or as directed. Materials such as brush,
hedge, roots, stumps, grass and other organic matter, shall not be
incorporated or buried in the embankment.
Operations on earthwork shall be suspended at any time when
satisfactory results cannot be obtained because of rain, freezing,
or other unsatisfactory conditions of the field. The Contractor
shall drag, blade, or slope the embankment to provide proper
surface drainage.
Section P-152 - 5
C
I
El
I
I
rI
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
The material in the layer shall be within -4 to +2 percent of
optimum moisture content before rolling to obtain the prescribed
compaction. In order to achieve a uniform moisture content
throughout the layer, wetting or drying of the material and
manipulation shall be required when necessary. Should the material
be too wet to permit proper compaction or rolling, all work on all
of the affected portions of the embankment shall be delayed until
the material has dried to the required moisture content.
Sprinkling of dry material to obtain the proper moisture content
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. Compaction tests shall be
partarmed an mach 5000 square fast of each embankment Lift. The
Contractor shall make the necessary corrections and adjustments in
methods, materials or moisture content in order to achieve the
correct embankment density.
Rolling operations shall be continued until the embankment is
compacted to not less than 92 percent of maximum density as
determined by ASTM D 1557.
The in -place field density shall be determined in accordance with
ASTM D 2922.
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/her equipment at all times, 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, layer placement shall begin in
the deepest portion of the fill; as placement progresses, layers
shall be constructed approximately parallel to the finished
pavement grade line.
When rock and other
approximately the same,
the outer portion of the
incorporated under the
rock larger than 4 inche
allowed in the top 6 it
brought up in layers as
shall be exerted to fill
a dense, compact mass.
outside the excavation o
the manner designated b]
embankment material are excavated at
time, the rock shall be incorporated into
embankment and the other material shall be
future paved areas. Stones or fragmentary
s in their greatest dimensions will not be
iches of the subgrade. Rockfill shall be
specified or as directed and every effort
the voids with the finer material forming
Rock or boulders shall not be disposed of
r embankment areas, except at places and in
r the Engineer.
Section P-152 - 6
I
Frozen material shall not be placed in the embankment nor shall
embankment be placed upon frozen material.
152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade
has been substantially completed the full width shall be
conditioned by removing any soft or other unstable material which
will not compact properly. The resulting areas and all other low
areas, holes or depressions shall be brought to grade with suitable
select material. Scarifying, blading, rolling and other methods
shall be performed to provide a thoroughly compacted subgrade
shaped to the lines and grades shown on the plans.
Grading of the subgrade shall be performed so that it will drain
readily. The Contractor shall take all precautions necessary to
protect the subgrade from damage. He/she shall limit hauling over
the finished subgrade to that which is essential for construction
purposes.
All ruts or rough places that develop in a completed subgrade shall
be smoothed and recompacted.
No base material shall be placed on the select borrow subgrade
until the subgrade has been approved by the Engineer.
152-2.8 HAUL. All hauling will be considered a necessary and
incidental part of the work. Its cost shall be considered by the
Contractor and included in the contract unit price for the pay of
items of work involved. No payment will be made separately or
directly for hauling on any part of the work.
152-2.9 TOLERANCES. In those areas upon which a select borrow
course is to be placed, the top of the subgrade shall be of such
smoothness that, when tested with a 16 -foot straightedge applied
parallel and at right angles to the centerline, it shall not show
any deviation in excess of 1/2 -inch, or shall not be more than
0.05 -foot from true grade as established by grade hubs or pins.
Any deviation in excess of these amounts shall be corrected by
loosening, adding, or removing materials; reshaping; and
recompacting by sprinkling and rolling.
On runway safety areas, intermediate and other designated areas,
the surface shall be of such smoothness that it will not vary more
than 0.10 foot from true grade as established by grade hubs. Any
deviation in excess of this amount shall be corrected by loosening,
adding or removing materials, and reshaping.
152-2.10 TOPSOIL. When topsoil is specified or required as shown
on the plans or under Item T-905, it shall be salvaged from
stripping or other grading operations. The topsoil shall meet the
requirements of Item T-905. If, at the time of excavation or
stripping, the topsoil cannot be placed in its proper and final
section of finished construction, the material shall be stockpiled
Section P-152 - 7
I
at approved locations. Stockpiles shall not be placed within 300
feet of runway pavement and shall not be placed on areas which
subsequently will require any excavation or embankment. If, in the
judgment of the Engineer, it is practical to place the salvaged
topsoil at the time of excavation or stripping, the material shall
be placed in its final position without stockpiling or further
' rehandling.
Upon completion of grading operations, stockpiled topsoil shall be
' handled and placed as directed, or as required in Item T-905.
No direct payment will be made for topsoil as such under Item
P-152. The quantity removed and placed directly or stockpiled and
rehandled shall be paid for at the contract unit price per cubic
yard for "Topsoil Excavation and Replacement".
' 152-2.11 Placing Riprap. Piano riprap
disturbing the prepared grade and dusging
fabric. Depth of riprap shall be as shown.
' riprep material to provide unifon gradat:
large material. The surface of the riprap
the finished grade shown on the Plans.
carefully to avoid
or tearing the filter
T.,ttrm1 x the rises of
Ica bs s sesll and
shall be according to
' METHOD OF MEASUREMENT
152-3.1 The quantity of Unclassified Excavation to be paid for
' shall be the number of cubic yards excavated. Pay quantities shall
be accepted as the plan quantity presented in the proposal.
152-3.2 Topsoil Excavation shall be paid for on the basis of the
' number of cubic yards excavated and stockpiled. Pay quantities
shall be accepted as the plan quantity presented in the proposal.
' 152-3.3 The quality of rock excavation, if required, shall be the
number of cubic yards measured in it original position. Rock
excavation is not anticipated for this project, but may possibly be
' encountered in the drainage channel excavation.
152-3.6 Compacted Embankment material shall be paid for on the
basis of the number of cubic yards placed. Pay quantities shall be
' accepted as the plan quantity presented in the proposal.
152-3.5 Compacted Select Borrow material shall be paid for on the
' basis of the number of cubic yards placed. Pay quantities shall be
accepted as the plan quantity presented in the proposal.
152-3.6 The drainage channel and ditch excavation to be paid for
'
shall be the completed channel or ditch segment excavation as
indicated on the Plans.
' 152-3.7 The quantity of riprap to be paid for shall be the number
of square yards of 18 -inch thick riprap completed in place.
Section P-152 - 8
BASIS OF PAYMENT
152-4.1 Payment shall be made at the contract unit price per cubic
yard for "Unclassified Excavation". This price shall be full
compensation for furnishing all materials, labor, equipment, tools,
and incidentals necessary to complete the item.
152-4.2 Payment shall be made at the contract unit price per cubic
yard for topsoil excavation and stockpiling. This price shall be
full compensation for furnishing all materials, labor, equipment,
tools, and incidentals necessary to complete the item.
152-4.3 Payment for rock excavation shall be made at the contract
unit price per cubic yard. This price shall be full compensation
for furnishing all materials, labor, equipment, tools, and
incidentals necessary to complete the item.
152-4.4 Payment shall be made at the contract unit price per cubic
yard for compacted embankment. This price shall be full
compensation for furnishing all materials, labor, equipment, tools,
and incidentals necessary to complete the item.
152-4.5 Payment shall be made at the contract unit price per cubic
yard for compacted select embankment. This price shall be full
compensation for furnishing all materials, labor, equipment, tools,
and incidentals necessary to complete the item.
152-4.6 Payment shall be made at the contract lump sum price per
drainage channel or ditch segment for the completed excavation.
This price shall be full compensation for furnishing all materials,
labor, equipment, tools, and incidentals necessary to complete
these items.
152-4.7 Payment shall be made at the contract unit price per
square yard of 18 -inch thick riprap. This price shall be full
compensation for furnishing all materials (including filter
fabric), labor, equipment, tools, and incidentals necessary to
complete the item.
Payment will be made under:
Bid
Item
No. 2
Unclassified Excavation --per cubic yard
(Plan Quality)
Bid
Item
No. 3
Topsoil Excavation and Replacement --per
cubic yard (Plan Quality)
Bid
Item
No. 4
Rock Excavation -- per cubic yard
Bid
Item
No. 5
Compacted Embankment --per cubic yard
(Plan Quality)
Section P-152 - 9
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Bid
Item
No.
6
Compacted Select Borrow --per cubic
yard
(Plan Quality).
Bid
Item
No.
7
Ditch Channel
Excavation Segment
"A" -
per lump sum
Bid
Item
No.
8
Ditch Channel
Excavation Segment
"B" -
per lump sum
Bid
Item
No.
9
Ditch Channel
Excavation Segment
"C" -
per lump sum
Bid
Item
No.
10
Ditch Channel
Excavation Segment
"D" -
per lump sum
Bid
Item
No.
11
Riprap (18 -inch Thickness) --per
square
yard.
END OF ITEM P-152
Section P-152 - 10
I
ITEM P-156 TEMPORARY AIR AND WATER POLLUTION,
SOIL EROSION, AND SILTATION CONTROL
DESCRIPTION
156-1.1 This item shall consist of temporary control measures as
required during the life of a contract to control water pollution,
soil erosion,and siltation through the use of berms, dikes, dams,
sediment basins, fiber mats, gravel, mulches, grasses, slope
drains, and other erosion control devices or methods.
The temporary erosion control measures contained herein shall be
coordinated with the permanent erosion control measures specified
as part of this contract to the extent practical to assure
economical, effective, and continuous erosion control throughout
the construction period.
Temporary control may include work outside the construction limits
such as borrow pit operations, equipment and material storage
sites, waste areas, and temporary plant sites.
156-1.2 Baled Straw Filter Barrier. Where shown on the plans or
as directed by the Engineer this item shall consist of Baled Straw
placed in ditches around inlets and in swales and draws to impede
run-off velocity of water, and to prevent scouring and eroding of
soil until permanent erosion control item can be placed.
156-1.3 Filter Fabric Barrier. Where shown on the plans or as
directed by the Engineer this item shall consist of placing and
securing filter fabric to the construction of a temporary wire
fence and the attachment of filter fabric to impede the flow of
water carrying silt to existing streams.
MATERIALS '
156-2.1 GRASS. Grass which will not compete with the grasses sown
later for permanent cover shall be a quick -growing species (such as
ryegrass, Italian ryegrass, or cereal grasses) suitable to the area
providing a temporary cover.
156-2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting,
bark, wood chips, or other suitable material reasonably clean and
free of noxious weeds and deleterious materials.
156-2.3 FERTILISER. Fertilizer shall be a standard commercial
grade and shall conform to all Federal and state regulations and to
the standards of the Association of Official Agricultural Chemists.
156-2.4 BALED STRAW FILTER BARRIER. Straw for filter barrier shall
consist of bales of rice, oats, barley, wheat, or rye straw, or of
available grasses, free of an excessive amount of noxious weeds.
Section P-156 - 1
11
Li
Bales shall each weight approximately 35 pounds. Straw in an
advanced state of decomposition will not be acceptable.
156-2.S FILTS AflrC HARRIER. Filter fabric shall be a permeable
woven or nonwoven fabric that has high strength, high dimensional
stability even when wet, good soil filtration characteristics, and
' high resistance to tear propagation in all directions, and shall be
approved by the Engineer. Temporary wire fence shall be commercial
woven wire with sufficient strength to provide the service
' intended. Posts for the temporary wire fence shall be of any
acceptable durable material of sufficient strength to support the
wire fence and fabric when loaded with silt for the time the
' barrier is needed for service. The type of fastener and manner of
attaching the wire fencing to posts and the fabric to the fence
shall be approved by the Engineer.
156-2.6 OTHER. All other materials shall meet commercial grade
standards and shall be approved by the Engineer before being
incorporated into the project.
' CONSTRUCTION REQUIREMENTS
156-3.1 GENERAL. The Contractor shall, at least 48 hours before
the start of construction, file its Notice of Intent to discharge
storm water associated with the planned construction activity in
accordance with the State of Arkansas NPDES General Permit
ARR10A000. The Engineer has developed a Storm Water Pollution
Prevention Plan (SWPPP) to comply with this permit (included in
Appendix D). The Contractor shall comply with the SWPPP under the
Engineer's general guidance in order to comply with the permit.
156-3.2 SCHEDULE. Prior to the start of construction, the
Contractor shall submit schedules for accomplishment of temporary
' and permanent erosion control work, as are applicable for clearing
and grubbing; grading; construction; paving; and structures at
watercourses. The Contractor shall also submit a proposed method
' of erosion and dust control on haul roads and borrow pits and a
plan for disposal of waste materials. Work shall not be started
until the erosion control schedules and methods of operation for
' the applicable construction have been accepted by the Engineer.
156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to
limit the surface area of erodible earth material exposed by
' clearing and grubbing, to limit the surface area of erodible earth
material exposed by excavation, borrow and fill operations, and to
direct the Contractor to provide immediate permanent or temporary
' pollution control measures to minimize contamination of adjacent
streams or other watercourses, lakes, ponds, or other areas of
water impoundment.
Section P-156 - 2
I
J
I
156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to '
incorporate all permanent erosion control features into the project
at the earliest practicable time as outlined in the accepted
schedule. Except where future construction operations will damage
slopes, the contractor shall perform the permanent seeding and
mulching and other specified slope protection work in stages, as
soon as substantial areas of exposed slopes can be made available.
Temporary erosion and pollution control measures will be used to
correct conditions that develop during construction that were not
foreseen during the design stage; that are needed prior to
installation of permanent control features; or that are needed
temporarily to control erosion that develops during normal
construction practices, but are not associated with permanent
control features on the project.
Where erosion is likely to be a problem, clearing and grubbing
operations should be scheduled and performed so that grading
operations and permanent erosion control features can follow
immediately thereafter if the project conditions permits otherwise,
temporary erosion control measures may be required between
successive construction stages. '
The Engineer will limit the area of clearing and grubbing,
excavation, borrow, and embankment operations in progress,
commensurate with the Contractor's capability and progress in
keeping the finish grading, mulching, seeding, and other such
permanent control measures current in accordance with the accepted
schedule. Should seasonal limitations make such coordination
unrealistic, temporary erosion control measures shall be taken
immediately to the extent feasible and justified.
In the event that temporary erosion and pollution control measures
are required due to the Contractor's negligence, carelessness, or
failure to install permanent controls as a part of the work as
scheduled or are ordered by the Engineer, such work shall be
performed by the Contractor at his/her own expense.
The Engineer may increase or decrease the area of erodible earth
material to be exposed at one time as determined by analysis of
project conditions.
The erosion
acceptably
period.
control features installed by the Contractor shall be
maintained by the Contractor during the construction
Whenever construction equipment must cross watercourses at frequent
intervals, and such crossings will adversely affect the sediment
levels, temporary structures should be provided.
Section P-156 - 3
I
I
I
Li
Pollutants such as fuels, lubricants, bitumen, raw sewage, wash
water from concrete mixing operations, and other harmful materials
' shall not be discharged into or near rivers, streams, and
impoundments or into natural or manmade channels leading thereto.
156-3.5 STRAW BALE BARRIER Bales of straw shall be keyed into
' the ground and securely held in place by means of staking and/or
wiring or other acceptable methods that will prevent floating and
/or displacement. The number of bales required and their
arrangement at each installation will vary with on -site conditions.
156-3.6 FILTER FABRIC BARRIER Filter Fabric Barrier shall be
' attached to the fence, temporary fence with staples or suitable
wire or rope ties. The fabric toe shall be buried to secure the
base.
' 156-3.7 INSPECTION The Contractor shall appoint as necessary, a
qualified person(s) to conduct regularly scheduled inspections
during his contract. Inspections shall be conducted, with a
' minimum frequency of every seven (7) calendar days or within 24
hours following the end of at least a 0.5 inch (h inch) rainfall
event, whichever is earliest. During the inspection, the following
' areas (as a minimum) will be inspected:
1. Disturbed Areas - All areas of disturbed soil i.e. bare
soil with no ground cover shall be inspected for signs of
washing and erosion.
2. Material Storage Area - All central storage areas where
materials/chemicals are stored for signs of spills, leaks, and
possible contamination.
3. Erosion and Sediment Control Measures - Inspect all
erosion and sediment control measures for signs of wear,
damage, remaining capacity level, usefulness, etc.
' 4. Discharge Locations - Immediately following and possibly
during, a significant rainfall event, inspect all discharge
locations to ascertain the effectiveness of the control
' measures.
5. Entrance/Exit Locations - Inspect all exit points from
the site for evidence of vehicle tracking.
' The inspector shall complete an inspection form for each inspection
performed. As a minimum, the inspection form shall contain the
• following information:
o Name and location of project.
' o Name and title of the inspector.
o Date and time of the inspection.
Section P-156 - 4
I
o Scope of the inspection.
o Major observations made during the inspection.
o Actions taken as a result of the inspection.
156-3.8 MAINTENANCE OF ROADWAYS The existing paved roadways at
and adjacent to the permitted intersection locations shall be
maintained in a clean and passable condition by the Contractor.
When required or as requested by the owner or the Engineer, the
Contractor shall broom or wash the existing paved roadways to
remove excess mud or dirt at the intersection and for a reasonable
length of the existing roadway beyond the intersection. The work
shall not be paid for directly, but shall be considered incidental
to the other items of work and the cost included as a part of the
work. '
METHOD OF MEASUREMENT
156-4.1 Temporary erosion and pollution control work required ,
which is not attributed to the Contractor's negligence,
carelessness, or failure to install permanent controls will be
performed as scheduled or ordered by the Engineer. The straw bale
barriers and the Filter Fabric Barriers shall be measured as the
number of linear feet installed.
156-4.2 Control work performed for protection of construction '
areas outside the construction limits, such as borrow and waste
areas, haul roads, equipment and material storage sites, and
temporary plant sites, will not be measured and paid for directly
but shall be considered as a subsidiary obligation of the
Contractor with costs included in the contract prices bid for the
items to which they apply.
BASIC OF PAYMENT ,
156-5.1 Payment for temporary erosion and pollution control work
will be made at the contract unit price per linear foot for the
straw bales or filter fabric barriers. These prices shall be full
compensation for furnishing all material, for all preparation,
excavation, installation, and all labor, equipment, tools and
incidentals necessary to complete this item.
Payment will be made under:
Bid Item No. 43 straw Bale Barriers --per linear foot '
Bid Item No. 44 Filter Fabric Barrier --per linear foot
END OF ITEM P-156
Section P-156 - 5
1
J
I
I
I
I
I
I
I
ITEM P-209 CRUSHED AGGREGATE BASE COURSE
DESCRIPTION
209-1.1 This item consists of a base course for the box culvert
composed of crushed aggregates constructed on a prepared course in
accordance with these specifications and in conformity to the
dimensions and typical cross sections shown on the plans.
f W,Fi`+F-3
209-2.1 AGGREGATE. Aggregates shall consist of clean, sound,
durable particles of crushed stone, crushed gravel, or crushed slag
and shall be free from coatings of clay, silt, vegetable matter,
and other objectionable materials and shall contain no clay balls.
Fine aggregate passing the No. 4 sieve shall consist of fines from
the operation of crushing the coarse aggregate. If necessary, fine
aggregate may be added to produce the correct gradation. The fine
aggregate shall be produced by crushing stone, gravel, or slag that
meet the requirements for wear and soundness specified for coarse
aggregate.
The crushed slag shall be an air-cooled, blast furnace slag and
shall have a unit weight of not less than 70 pounds per cubic foot
when tested in accordance with ASTM C 29.
' The crushed aggregate portion which is retained on the No. 4 sieve
shall contain not more than 15 percent, by weight, of flat or
elongated pieces as defined in ASTM D 693 and shall have at least
90 percent by weight of particles with at least two fractured faces
and 100 percent with 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 fractured faces are
I
contiguous, the angle between the planes of fractures shall be at
least 30 to count as two fractured faces.
I
C
I
I
I
The percentage of wear shall not be greater than 45 percent when
tested in accordance with ASTM C 131. The sodium sulfate soundness
loss shall not exceed 12 percent, after 5 cycles, when tested in
accordance with ASTM C 88.
The fraction passing the No. 40 sieve shall have a liquid limit no
greater than 25 and a plasticity index of not more than 4 when
tested in accordance with ASTM D 4318. The fine aggregate shall
have a minimum sand equivalent value of 35 when tested in
accordance with ASTM D 2419.
Section P-209 - 1
I
a. Sampling and Testing. Aggregates for preliminary testing
shall be furnished by the Contractor prior to the start of
production. All tests for initial aggregate submittals necessary
to determine compliance with the specification requirements will be
made by the Engineer at no expense to the Contractor.
Samples of aggregates shall be furnished by the Contractor at the
start of production and at intervals during production. 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.
In lieu of testing, the Engineer may accept certified state test
results indicating that the aggregate meets specification
requirements.
Samples of aggregates to check gradation shall be taken by the '
Engineer at such times throughout the project as to ensure proper
gradation. Sampling shall be in accordance with ASTM D 75, and
testing shall be in accordance with ASTM C 136 and C 117.
b. Gradation Requirements. The gradation of the final '
mixture shall fall within the design range indicated in Table 1,
when tested in accordance with ASTM C 117 and C 136. The final
gradation shall be continuously well graded from coarse to fine and
shall not vary from the low limit on one sieve to the high limit on
an adjacent sieve or vice versa.
TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE
Sieve Size Design Range
Percentage by Weight
Passing Sieves
1-1/2 95-100
1 70-90
3/4 55-85
No. 4 30-60
No. 30 12-30
No. 200 0-8
The fraction of the final mixture that passes the No. 200 sieve
shall not exceed 60 percent of the fraction passing the No. 30
sieve.
CONSTRUCTION METHODS
209-3.1 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
Section P-209 - 2
C
U
shall be corrected at the Contractor's expense before the base
course is placed thereon. Material shall not be placed on frozen
' subgrade.
209-3.2 MIXING AND PLACING. The base materials are to be mixed
' in -place, and the base aggregate shall be deposited and spread
evenly to a uniform thickness and width. There shall be as many
layers of materials added as the Engineer may direct to obtain the
required gradation and layer thickness. When the required amount
' of materials have been placed, they shall be thoroughly mixed and
blended by means of approved graders, discs, harrows, rotary
tillers, or a machine capable of combining these operations,
' supplemented by other suitable equipment if necessary. The mixing
shall continue until the mixture is uniform throughout and accepted
by the Engineer. Areas of segregated material shall be corrected
by the addition of needed material and by remixing. Water shall be
' uniformly applied, prior and during the mixing operation if
necessary to maintain the material at the proper moisture content.
When the mixing and blending have been completed, the materials
shall be bladed and dragged, if necessary, until a smooth uniform
surface is obtained, true to line and grade.
The base course shall be constructed in a layer not less than 3
'
inches nor more than 6 inches of compacted thickness. The
aggregate as spread shall be of uniform grading with no pockets of
fine or coarse materials. The aggregate, unless otherwise
' permitted by the Engineer, 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 course.
During the mixing and spreading process, sufficient caution shall
be exercised to prevent the incorporation of subgrade, subbase, or
' should material in the base course mixture.
209-3.3. Not Used.
209-3.4 COMPACTION. Immediately upon completion of the spreading
operations, the crushed aggregate shall be thoroughly compacted.
' The number, type, and weight of rollers shall be sufficient to
compact the material to the required density.
The moisture content of the material during placing operations
' shall not be below, nor more than 1-1/2 percentage points above,
the optimum moisture content as determined by ASTM D 1557.
' 209-3.5 ACCEPTANCE
base course shall be
will consist of one
exceed 10,000 square
'production where a
SAMPLING AND TESTING FOR DENSITY. Aggregate
accepted for density on a lot basis. A lot
day's production where it is not expected to
yards. A lot will consist of one-half day's
day's production is expected to consist of
Section P-209 - 3
H
between 5,000 and 10,000 square yards.
Each lot shall be divided into two equal sublots. One test shall
be made for each sublot. Sampling locations will be determined by
the Engineer on a random basis in accordance with statistical
procedures contained in ASTM ❑ 3665.
Each lot will be accepted for density when the field density is at
least 95 percent of the maximum density of laboratory specimens
prepared from samples of the base course material delivered to the
job site. The specimens shall be compacted and tested in
accordance with ASTM D 1557. If the in -place field density shall
be determined in accordance with ASTM D 2922. If the specified
density is not attained, the entire lot shall be reworked and/or
recompacted and two additional random tests made. This procedure
shall be followed until the specified density is reached.
209-3.6 FINISHING. The surface of the aggregate base course shall 1
be finished by blading or with automated equipment especially
designed for this purpose.
In no case will the addition of thin layers of material be added to
the top layer of base course to meet grade. If the elevation of
the top layer is 1/2 inch or more below grade, the top layer of
base shall be scarified to a depth of at least 3 inches, new
material added, and the layer shall be blended and recompacted to
bring it to grade. If the finished surface is above plan grade, it
shall be cut back to grade and rerolled.
209-3.7 SURFACE TOLERANCES. The finished surface shall not vary
more than 3/8 inch when tested with a 16 -foot straightedge applied
parallel with or at right angles to the centerline. Any deviation
in excess of this amount shall be corrected by the Contractor at
the Contractor's expense.
209-3.8 THICKNESS CONTROL. The completed thickness of the base
course shall be within 1/2 inch of the design thickness. Four
determinations of thickness shall be made for each lot of material
placed. The lot size shall be consistent with that specified in
paragraph 3.5. Each lot shall be divided into four equal sublots.
One test shall be made for each sublot. Sampling locations will be
determined by the Engineer on a random basis in accordance with
procedures contained in ASTM D 3665. Where the thickness is
deficient by more than 1/2 inch, the Contractor shall correct such
areas at no additional cost by excavating to the required depth and
replacing with new material. Additional test holes may be required
to identify the limits of deficient areas.
209-3.9 MAINTENANCE. The base course shall be maintained in a
condition that will meet all specification requirements until the
work is accepted. Equipment used in the construction of an
Section P-209 - 4
I
adjoining section may be routed over completed portions of the base
course, provided no damage results and provided that the equipment
is routed over the full width of the base course to avoid rutting
or uneven compaction.
' 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,
' compacted, and accepted in the completed base course. The quantity
of base course material shall be determined by weight tickets
accompanying each truck of base material, said tickets being
' surrendered to the Engineer not less frequently than once per day.
Thickness measurements indicating a base course thickness up to
1/2 -inch above the plan depth shall result in adjusting the pay
quantity by assuming a compacted weight of base material of 150
' pounds per cubic foot moist weight (the intent is to preclude
payment to the Contractor for crushed stone base material placed in
excess of 1/2 inch greater than the required course thickness).
BASIS OF PAYMENT
209-S.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 for
preparation; hauling and placing these materials, and for all
' labor, equipment tools, and incidentals necessary to complete the
item.
• ' Payment will be made:
Bid Item No. 13, Crushed Aggregate Base Course, per ton.
' END OF ITEM P-209
I
I
Section P-209 - 5
r
I
ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS '
DESCRIPTION
401-1.1 This item shall consist of a base and surface courses
composed of mineral aggregate and bituminous material mixed in a
central mixing plant and placed on a prepared course in accordance
with these specifications and shall conform to the lines, grades,
thicknesses, and typical cross sections shown on the plans.
Each course shall be constructed to the depth, typical section, or
elevation required by the plans and shall be rolled, finished, and
approved before the placement of the next course.
MATERIALS
401-2.1 AGGREGATE. Aggregates shall consist of crushed stone,
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 and bonding with the bituminous with
the bituminous material and be free from organic matter and other
deleterious substances. The percentage of wear shall not be
greater than 40 percent when tested in accordance with ASTM C 131.
The sodium sulfate soundness loss shall not exceed 10 percent, or
the magnesium sulfate soundness lass shall not exceed 13 percent,
after five cycles, when tested in accordance with ASTM C 88.
Aggregate shall contain at least 70 percent by weight of individual '
pieces having two or more fractured faces and 85 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 fractured faces are contiguous, the angle between
the planes of fractures shall be at least 30 degrees to count as
two fractured faces. Fractured faces shall be obtained by crushing.
The aggregate shall not contain more than 8 percent, by weight, of
flat or elongated pieces, when tested in accordance with ASTM D
4791.
Slag shall be air-cooled, blast furnace slag, and shall have a
compacted weight of not less than 70 pounds per cubic foot when
tested in accordance with ASTM C 29.
L
Section P-401 - 1
I
I
b. Fine Aggregate. Fine aggregate shall consist of clean,
sound, durable, angular shaped particles produced by crushing
stone, slag, 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 material for the fine aggregate, shall have
a plasticity index of not more than 6 and a liquid limit of not
more than 25 when tested in accordance with ASTM D 4318.
Natural (non -manufactured) sand may be used to obtain the gradation
of the aggregate blend or to improve the workability of the mix.
The amount of sand to be added will be adjusted to produce mixtures
conforming to requirements of this specification.
The aggregate shall have sand equivalent values of 35 or greater
when tested in accordance with ASTM D 2419.
a. Sampling. ASTM D 75 shall be used in sampling coarse and
fine aggregate, and ASTM C 183 shall be used in sampling mineral
filler.
401-2.2 MINERAL 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
one of the following requirements: Penetration Grade 85-100 meeting
ASTM D 946 or Viscosity Grade AC -30 meeting ASTM D 3381.
The Contractor shall furnish vendor's certified test reports for
each lot of bituminous material shipped to the project. The
vendor's certified test report for the bituminous material can be
' used for acceptance or tested independently by the Engineer.
401-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of
materials to the job site, the Contractor shall submit certified
test reports to the Engineer for the following materials:
' a. Coarse Aggregate.
(1) Percent of wear.
' (2) Soundness.
(3) Unit weight of slag.
' b. Fine Aggregate.
(1) Liquid limit.
Section P-401 - 2
I
(2) Plastic index. '
(3) Sand equivalent.
C. Mineral Filler.
d. Bituminous Material.
The certifications shall show the appropriate ASTM test(s) for each
material, the test results, and a statement that the material meets
the specification requirement.
The Engineer may request samples for testing, prior to and during
production, to verify the qualify of the materials and to ensure
conformance with the applicable specifications.
COMPOSITION ,
401-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be
composed of a mixture of well -graded aggregate, filler if required,
and bituminous material. The several aggregate fractions shall be
sized, handled in separate size groups, and combined in such
proportions that the resulting mixture meets the grading
requirements of the job mix formula (JMF).
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 designed using procedures contained
in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt
Institute's Manual Series NO. 2 (MS -2), Mix Design Methods for
Asphalt Concrete, and shall meet the requirements of Tables 1 and
2.
The design criteria in Table 1 are target values necessary to meet
the acceptance requirements contained in paragraph 401-5.2b. The
criteria is based on production process which has a material
variability with the following standard deviations:
Stability (lbs). = 270
Flow (0.01 inch) = 1.5
Air Voids (%) = 0.65
If material variability exceeds the standard deviations indicated,
the job mix formula and subsequent production targets should be
based on a stability greater than shown in Table 1, and the flow
and air voids should be targeted close to the mid -range of the
criteria in order to meet the acceptance requirements.
If the Tensile Strength Ratio (TSR) of the composite mixture, as
determined by ASTM D 4867, is less than 75, the aggregates shall be
rejected or the asphalt treated with an approved anti -stripping
Section P-401 - 3
I
' agent. The amount of anti -stripping agent added to the asphalt
shall be sufficient to produce a TSR of not less than 75. If an
' anti -strip agent is required, it will be provided by the Contractor
at no additional cost.
The job mix formula shall be submitted in writing by the Contractor
Ito the Engineer at least 10 days prior to the start of paving
operations and shall include as a minimum:
a. Percent passing each sieve size.
b. Percent of asphalt cement.
c. Asphalt viscosity or penetration grade.
d. Number of blows of hammer compaction per side of
' molded specimen.
e. Mixing temperature.
f. Compaction temperature.
g. Temperature of mix when discharged from the mixer.
h. Temperature -viscosity relationship of the asphalt
cement.
' i. Plot of the combined gradation on the Federal Highway
Administration (FHWA) 45 power gradation curve.
' j. Graphical plots of stability, flow, air voids, voids
in the mineral aggregate, and unit weight verses
asphalt content.
' k. Percent natural sand.
' 1. Percent fractured faces.
m. Percent elongated particles.
n. Tensile Strength Ratio (TSR).
o. Anti -strip agent (if required).
IThe Contractor shall submit samples to the Engineer, upon request,
for job mix formula verification testing.
The job mix formula for each mixture shall be in effect until
modified in writing by the Engineer. Should a change in sources of
materials be made, a new job mix formula must be approved by the
Engineer before the new material is used.
Section P-401 - 4
n
I
TABLE 1. MARSHALL DESIGN CRITERIA
TEST PROPERTY
Number of Blows 75
Stability, Minimum pounds (newtons) 2150
Flow, 0.01 in. (0.25 mm) 8-14
Air voids (percent) 2.8-4.2
Voids filled with
asphalt (percent) 65-75
Percent voids in mineral aggregate See Table 2
TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE
Maximum Particle Size Minimum Voids in Mineral Aggregate '
Percent
in.
1/2 16 '
3/4 15
1-1/4 13
The mineral aggregate shall be of such size that the percentage
composition by weight, as determined by laboratory screens, will
conform to the gradation or gradations specified in Table 3 when
tested in accordance with ASTM Standard C 136 and C 117.
The gradations in Table 3 represent the limits which shall
determine the suitability of aggregate far use from the sources of
supply. The aggregate, as selected (and used in the JMF), shall
have a gradation within the limits designated in Table 3 and shall
not vary from the low limit on one sieve to the high limit on the
adjacent sieve, or vice versa, but shall be well graded from coarse
to fine.
Deviations from the final approved mix design for bitumen content
and gradation of aggregates shall be within the action limits for
individual measurements as specified in paragraph 401-6.5a. The
limits still will apply if they fall outside the master grading
band in Table 3.
The maximum size aggregate used shall not be more than one-half of
the thickness of the course being constructed.
Section P-401 - 5
I
U
I
I
I
L
L
I
I
I
I
I
C
Sieve Size
1-1/4 in.
1 in.
3/4 in.
1/2 in.
3/8 in.
No. 4
No. 8
No. 16
No. 30
No. 50
No. 100
No. 200
TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS
Percentage by Weight Passing Sieves
Asphalt Base Asphalt Surface
100
86-98
68-93
57-81
49-69
34-54
22-42
13-33
8-24
6-18
4-12
3-6
Asphalt percent 4.5-7.0
Stone or gravel 5.0-7.5
Slag
100
179-99
68-88
48-68
33-53
20-40
14-30
9-21
6-16
3-6
5.0-7.5
6.5-9.5
The aggregate gradations shown are based on aggregates of uniform
specific gravity. The percentages passing the various sieves shall
be corrected when aggregates of varying specific gravities are
used, as indicated in the Asphalt Institute Manual Series No. 2
(MS -2), Appendix A.
401-3.3 RECYCLED ASPHALT CONCRETE. Not Used.
401-3.4 TEST SECTION. Prior to full production, the Contractor
shall prepare and place a quantity of bituminous mixture according
to the job mix formula. The amount of mixture should be sufficient
to construct a test section 250 long and 20 wide placed in two
lanes, with a longitudinal cold joint 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.
Three random samples shall be taken at the plant and tested for
stability, flow and air voids in accordance with paragraph 401-
5.la(2). Three randomly selected cores shall be taken from the
finished pavement mat, and three from the longitudinal joint, and
tested in accordance with paragraph 401-5.lb(4). Random sampling
shall be in accordance with procedures containing in ASTM D 3665.
Stability, flow, and air voids shall be evaluated in accordance
Section P-401 - 6
I
I
Stability, flow, and air voids shall be evaluated in accordance
with paragraph 401-5.2b. Mat density shall be evaluated in
accordance with paragraph 401-5.2c. Joint density shall be
evaluated in accordance with paragraph 401-5.2d. The test section
shall be considered acceptable if the percentage of material within
limits (PWL) is 90 or more.
Two random samples of mixture shall be taken at the plant and '
tested for aggregate gradation and asphalt content in accordance
with paragraphs 401-6.3a and 3b and evaluated in accordance with
paragraphs 401-6.5a and 5b. The test section shall be considered
acceptable if the gradation and asphalt content are within the
limits specified in paragraphs 401-6.5a and 5b.
Voids in the mineral aggregate (VMA), for each plant sample, shall
be computed in accordance with procedures contained in Chapter III,
MARSHALL METHO❑ OF MIX DESIGN, of the Asphalt Institute's Manual
Series No. 2 (MS -2), Mix Design Methods for Asphalt Concrete.
Voids filled with asphalt, for each plant sample, shall be computed
as follows:
a. Determine asphalt content in percentage by volume using:
I =Pb x Gb '
Gb
Where: '
I = Percentage by volume of asphalt
Pb = Percentage by weight of asphalt
Gmb = Bulk specific gravity of
compacted mixture
Gb = Specific gravity of asphalt
The test section shall be considered acceptable if the voids in the
mineral aggregate are within the limits of Table 1.
If the test section should prove to be unsatisfactory, the
necessary adjustments to the mix design, plant operation, placing
procedures and/or rolling procedures shall be made. A second test
shall than be placed. If the second test section also does not
meet specification requirements, both sections shall be removed at
the Contractor's expense. Additional test sections, as required,
shall be constructed and evaluated for conformance to the
specifications. Any additional sections that do not conform to
1
Section P-401 - 7
fl
Li
I
L.1
expense. Full production
section has been construct
initial test section and
specification requirements
paragraph 401-8.1.
shall not begin until a satisfactory
ad and accepted by the Engineer. The
any subsequent section that meets
shall be paid for in accordance with
' Job mix control testing shall be performed by the Contractor at the
start of plant production and in conjunction with the calibration
of the plant for the job mix formula. It should be recognized that
' the aggregates produced by the plant may not satisfy the gradation
requirements or produce a mix that exactly meets the JMF. In those
instances, it will be necessary to reevaluate and redesign the mix
using plant -produced aggregates. Specimens should be prepared and
the optimum bitumen content determined in the same manner as for
the original design tests.
' 401-3.5 TESTING LABORATORY. The testing laboratory used to
develop the job mix formula shall provide the following
information. A certification signed by the manager of the
' laboratory stating that it meets these requirements shall be
submitted to the Engineer prior to the start of construction. The
certification shall contain as a minimum:
' a. Qualifications of personnel; laboratory manager, supervising
technician, and testing technicians.
' b. A listing of equipment to be used in developing the job mix.
o. A copy of the laboratory's quality control system.
' d. Evidence of participation in one or more of the following:
AASHTO Materials Reference Laboratory (AMRL) program, Fed Hwy Adm
(FHWA), Corps of Engineers (COE) or Arkansas State Highway and
Transportation Department. (AHTD).
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 4. The
temperature requirements may be waived by the Engineer, if
requested; however, all other requirements including compaction
shall be met.
[.1
Section P-401 - 8
1
L
TABLE 4. BASE TEMPERATURE LIMITATIONS
Base Temperature (Minimum)
Mat Thickness Deg. F Deg. C
3 in. or greater 40 4
Greater than 1 in. but
less than 3 in. 45 7
1 in. or less 50 10
401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation
of bituminous mixtures shall conform to the requirements of ASTH D
995 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
certified public scales at the Contractor's expense. Scales shall
conform to the requirements of the General Provisions, Section 90-
01.
(2) Testing Facilities. The Contractor shall provide
laboratory facilities at the plant for the use of the Engineer's
acceptance testing and the Contractor's quality control testing.
(3) Inspection of Plant. The Engineer, or Engineer's
authorized representative, shall have access, at all times, to all
areas of the plant for checking adequacy of equipment; inspecting
operation of the plant: verifying weights, proportions, and
material properties; and checking the temperatures maintained in
the preparation of the mixtures.
(4) Storage Bins and Surge Bins. Paragraph 3.9 of ASTM
D 995 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.
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. ,
Section P-401 - 9
I
' 401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous
mixtures shall have tight, clean, and 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, with an activated screed heated as necessary, and shall
be capable spreading and finishing courses of bituminous plant mix
material which will meet the specified thickness, smoothness, and
grade. The paver shall have sufficient power to propel itself and
the hauling equipment without adversely affecting the finished
' surface.
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 without segregation. The screed shall effectively
produce a finished surface of the required evenness and texture
without tearing, shoving, or gouging the mixture.
Automatic grade control device shall be used and 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
and/or 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 (9.14 m) in
length.
b. Taut stringline (wire) set to grade.
a. Short ski or shoe.
' d. Laser control.
401-4.5 ROLLERS. Rollers of the vibratory, steel wheel, or
pneumatic -tired type may be used. They shall be in good condition,
capable of operating at slow speeds to avoid displacement of the
Section P-401 - 10
I
bituminous mixture. The number, type,
be sufficient to compact the mixture to
it is still in a workable condition.
and weight of rollers shall '
the required density while
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° F.
401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the
mixture shall be heated and dried prior to introduction into the
mixer. The maximum temperature and rate of heating shall be such
that no permanent damage occurs to the aggregates. The temperature
of the aggregate and mineral filler shall note exceed 350 0 F when
the asphalt is added. 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 nix formula.
The combined materials shall be mixed until the aggregate obtains
a uniform coating of bitumen and is thoroughly distributed
throughout the mixture. Wet mixing time shall be the shortest time
that will produce a satisfactory mixture, but not less than 25
seconds for batch plants. The wet mixing time for all plants shall
be established by the Contractor, based on the procedure for
determining the percentage of coated particles described in ASTM D
2489, for each individual plant and for each type of aggregate
used. The wet mixing time will be set to achieve 95 percent of
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 all bituminous mix upon
discharge shall not exceed 0.5 percent.
401-4.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before
placing the bituminous mixture, the underlying course shall be
cleaned of all dust and debris. A prime coat or tack coat shall be
applied in accordance with Item P-602 or P-603, as required by the
contract specifications.
Section P-401 - 11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
U401-4.10 TRANSPORTING, SPREADING, AND FINISHING. The bituminous
mixture shall be transported from the mixing plant to the site in
vehicles conforming to the requirements of Section 401-3.
Deliveries shall be scheduled so that placing and compacting of
mixture is uniform with minimum stopping and starting of the paver.
Adequate artificial lighting shall be provided night placements.
' Hauling over freshly placed material shall not be permitted until
the material has been compacted, as specified, and allowed to cool
to atmospheric temperature.
The Contractor may elect to use a material transfer vehicle to
deliver mix to the paver.
' The mix shall be placed and compacted at a temperature suitable for
obtaining density, surface smoothness, and other specified
requirements but not less than 2500 F.
' Upon arrival, the mixture shall be placed to the full width by a
bituminous paver. It shall be struck of f in a uniform layer of
' such depth that, when the work is completed, it shall have the
required thickness and 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 permitted,
t 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 feet, preferable a 20 foot width, except
where edge lanes require less width to complete the area. The
longitudinal joint in one course shall offset longitudinal joint in
the course immediately below by at least 1 foot; however, the joint
'
in the surface top course shall be at the centerline of the
pavement. Transverse joints in one course shall be offset by at
least 10 feet from transverse joints in the previous course.
' 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.
401-4.11 COMPACTION OF MIXTURE. After placing, the mixture shall
be thoroughly and uniformly compacted by rolling. The surface
' shall be compacted as soon as possible when the mixture has
attained sufficient stability so that the rolling does not cause
undue displacement, cracking or shoving. The sequence of rolling
operations and the type of rollers used shall be at the discretion
of the Contractor.
Section P-401 - 12
Li
I
The speed of the roller shall, at all times, be sufficiently slow '
to avoid displacement of the hot mixture and be effective in
compaction. Any displacement occurring as a result of reversing
the direction of the roller, or from any other cause, shall be
corrected at once.
Sufficient rollers shall be furnished to handle the output of the
plant. Rolling shall continue until 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 (and scrapers used), but excessive water
will not be permitted.
In areas not accessible to the roller, the mixture shall be
thoroughly compacted with hot hand tampers. ,
Any mixture that becomes loose and broken, mixed with dirt,
contains check -cracking or in any way defective shall be removed
and replaced 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.
401-4.12 JOINTS. The formation of all joints shall be made in '
such a manner as to ensure a continuous bond between the courses
and obtain the required density. All joints shall have the same
texture other sections of the course and meet the requirements for
smoothness and grade.
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. The tapered edge
shall be cut back to its full depth and width on a straight line to
expose a vertical face prior to placing the adjacent lane. 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, uncompacted 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.
I
I
Section P-401 - 13
I
I
MATERIAL ACCEPTANCE
401-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling
and testing necessary to determine conformance with the
requirements specified in this section will be performed by the
Engineer at no cost to the Contractor. Testing organizations
' performing these tests shall meet the requirements of ASTM D 3666.
All equipment in Contractor furnished laboratories shall be
calibrated by the testing organization prior to the start of
' operations.
a. Plant -Produced Material. Plant -produced material shall be
tested for stability, flow, and air voids on a lot basis. Sampling
shall be from material deposited into trucks at the plant or from
trucks at the job site. A lot will consist of: one day's
production not to exceed 2,000 tons.
' Where more than one plant is simultaneously producing material for
the job, the lot sizes shall apply separately for each plant.
' 1. Sampling. Each lot will consist of four equal
sublots. Sufficient material for preparation of test specimens
will be sampled by the Engineer on a random basis, in accordance
' with the procedures contained in ASTM D 3665. One set of
laboratory compacted specimens will be prepared for each sublot in
accordance with ASTM D 1559, paragraph 4.5, at the number of blows
required by paragraph 401-3.2, Table 1. Each set of laboratory
compacted specimens will consist of three test portions prepared
from the same sample increment.
' The sample of bituminous mixture may be put in a covered metal tin
and placed in an oven for not more than 30 minutes to maintain the
heat. The compaction temperature of the specimens should be as
' specified in the job mix formula.
2. Testing. Specimens shall be tested for stability and
flow in accordance with ASTM D 1559, paragraph 5. Air voids will
be determined by the Engineer in accordance with ASTM D 3203.
Prior to testing, the bulk specific gravity of each test specimen
' shall be measured by the Engineer in accordance with ASTM D 2726 or
D 1188, whichever is applicable, for use in computing air voids and
pavement density.
For air voids determination, the theoretical maximum specific
gravity of the mixture shall be measured twice for each lot in
accordance with ASTM D 2041, Type C or D container. Samples shall
'
be taken on a random basis in accordance with ASTM D 3665. The
value used in the voids computation of each sublot shall be the
average of the two maximum specific gravity measurements for the
' lot.
Section P-401 - 14
Ii
I
L
The stability, flow, and air voids for each sublot shall be
computed by averaging the results of the three test specimens
representing that sublot.
3. Acceptance. Acceptance of plant produced material for
stability, flow, and air voids shall be determined by the Engineer
in accordance with the requirements of paragraph 401-5.2b. '
b. Field Placed Material. Material placed in the field shall be
tested for mat and joint density on a lot basis.
S. Mat Density. The lot size shall be the same as that
indicated in paragraph 401-5.1.a and shall be divided into four
equal sublots. One core of finished, compacted materials shall be
taken by the Contractor from each sublot. Core locations will be
determined by the Engineer on a random basis in accordance with
procedures contained in ASTM D 3665. Cores shall not be taken
closer than one foot from a transverse or longitudinal joint.
2. Joint Density. The lot size shall be the total length
of longitudinal joints constructed by a lot of material as defined
in paragraph 401-5.1a. The lot shall be divided into four equal
sublots.
One core of finished, compacted materials shall be taken by the t
Contractor from each sublot. Core locations will be determined by
the Engineer on a random basis in accordance with procedures
contained in ASTM D 3665.
3. Sampling. Samples shall be neatly cut with a core
drill or other approved equipment. The minimum diameter of the
samples shall be three inches. Samples that are clearly defective,
as a result of sampling, shall be discarded and another sample
taken. The Contractor shall furnish all tools, labor, and
materials for cutting samples and filling the cored pavement.
Cored holes shall be filled in a manner acceptable to the Engineer
and within one day after sampling.
4. Testing. The bulk specific gravity of each cored
sample will be measured by the Engineer in accordance with ASTM D
2726 or D 1188, whichever is applicable. The percent compaction
(density) of each sample will be determine by dividing the bulk
specific gravity of each sublot sample by the average bulk specific
gravity of all laboratory prepared specimens for the lot, as
determined in paragraph 401-5.la(2).
5. Acceptance. Acceptance of field placed material for
mat density will be determined by the Engineer in accordance with
the requirements of paragraph 401-5.2.c. Acceptance for joint
density will be determined in accordance with the requirements of
paragraph 401-5.2d.
Section P-401 - 15
I
I
' S. Partial Lots - Plant -Produced Material. When operational
conditions cause a lot to be terminated before the specified number
' of tests have been made for the lot, the following procedure will
be used to adjust the lot size and the number of tests for the lot.
The last batch produced where production is unexpectedly halted
will be sampled and its properties shall be considered as
representative of the particular sublot from which it was taken.
Where three sublots are produced, they shall constitute a lot.
' Where one or two sublots are produced, they shall be incorporated
into the next lot and the total number of sublots shall be used in
the acceptance plan calculation, i.e., 5 or n = 6, for example.
Id. Partial Lots - Field Placed Material. The lot size for field
placed material shall correspond to that of the plant material,
except that in no cases less than (3) cored samples shall be
obtained, i.e., n = 3.
401.5.2 ACCEPTANCE CRITERIA.
a. General. Acceptance will be based on the following
characteristics of the bituminous mixture and completed pavement as
well as the implementation of the Contractor's Quality Control plan
' and test results:
(1) Stability
(2) Flow
(3) Air voids
• (4) Mat density
' (5) Joint density
(6) Thickness
' (7) Smoothness
(8) Grade
Stability, flow, and air voids will be evaluated for acceptance in
' accordance with paragraph 401-5.2b. Mat density will be evaluated
for acceptance in accordance with paragraph 401.5-2c. Joint
density will be evaluated for acceptance in accordance with
1 paragraph 401.5.2d.
Acceptance for mat density and air voids will be based on the
criteria contained in paragraph 401-5.2f(1). Acceptance for
' stability and flow will be based on the criteria contained in
Section P-401 - 16
L
r
paragraph 401-5.2f(2). Acceptance for joint density will be based
on the criteria contained in paragraph 401-5f(3). Thickness will
be evaluated by the Engineer for compliance in accordance with ,
paragraph 401-5.2.f(4). Acceptance for smoothness will be based on
the criteria contained in paragraph 401-5.2f(5). Acceptance for
grade will be based on the criteria contained in paragraph 401-
5.2f(6). I
The Engineer may at any time, not withstanding previous plant
acceptance, reject and require the Contractor to dispose of any
batch of bituminous mixture which is rendered unfit for use due to
contamination, segregation, incomplete coating of aggregate, or
improper mix temperature. Such rejection may be based on only
visual inspection or temperature measurements. In the event of
such rejection, the Contractor may take a representative sample of
the rejected material in the presence of the Engineer, and if he
can demonstrate in the laboratory, in the presence of the Engineer,
that such material was erroneously rejected, payment will be made
for the material at the contract unit price.
b. Stability, Flow, Air Voids. Acceptance of each lot of plant
produced material for stability, flow, and air voids shall be based
on the percentage of material within specification limits (PWL).
The PWL plan considers the variability (standard deviation) of the
material and the testing procedures, as well as the average (mean)
value of the test parameter. The Contractor should note that under
this plan, producing at the target values contained in Table 1 and
the applicable standard deviation listed in paragraph 401-3.2 will
result in a PWL of 90 or more. If a material of greater
variability is produced, the production target must be adjusted as
outlined in paragraph 401-3.2 to achieve a PWL or 90 or more. The
PWL is determined in accordance with the procedures contained in
Paragraph 401-5.2.e.
C. Mat Density. Acceptance of each lot of in -place pavement for
mat density shall be based on the percentage of material within
specification limits (PWL). The Contractor should note that under
this plan, producing at a target density of 98 percent and a
standard deviation of 1.3 percent will result in a PWL of 90
percent based on the lower specification tolerance limit of 96.3
percent. If a material of greater variability is produced, than a
higher target density must be maintained in order to achieve a PWL
of 90 or more. The PWL is determined in accordance with the
procedures contained in paragraph 401-5.2e.
d. Joint Density. Acceptance of each lot of in -place pavement
for joint density shall be based on the percentage of material
within specification limits (PWL). The Contractor should note that
under this plan, producing at a target density of 96 percent and a
standard deviation of 2.1 percent will result in a PWL of 90
percent based on the lower specification tolerance limit of 93.3
Section P-401 - 17
[1
I
' percent. If a material of greater variability is produced, than a
higher target density must be maintained in order to achieve a PWL
of 90 or more. The PWL is determined in accordance with the
procedures contained in paragraph 401-5.2e.
S. Method of Estimating Percentage of Material Within
Specification Limits (PWL). The percentage of material within
specification limits (PWL) is determined using standard statistical
techniques and involves the average of the test results (X), the
' standard deviation (S,) of the test results, the specification
tolerance limits(s) (U for upper and L for lower), and the
respective Quality Index (s) (Qu and/or QL).
The computational sequence for computing the PWL is as follows:
(1) Locate n random sampling positions on the lot in
accordance with paragraph 401-5.1.
(2) Make a measurement at each location, or take a
' test portion and make the measurement on the test portion in
accordance with paragraph 401-5.1.
(3) Average all sublot values within the lot to find
1 X.
(4) Find the standard deviation S. by use of the
' following formula:
Sa= (d13+dp2+d32+. . .d,2 /n-1 )v.
' Where:
S, = standard deviation of the number of sublot
values in the set.
di, d2 = deviation of the individual sample values X1,
XZ . . . from the average value X.
that is d1 = (XI - X, d2 = (XZ-X . .d,= (X, -X
n = number of sublots
or use of a calculator which performs this
' function.
(5) For mat density, joint density, and stability,
' compute the Lower Quality Index QL by use of the following formula:
Where: L = specification tolerance limit from Table 5
' Section P-401 - 18
I
I
Estimate the percentage of material within limits '
(PWL) by entering Table 6 with Q„ using the
column appropriate to the total number (n) of
measuring. If the value of Q falls between
values shown on the table, use the next higher
value of PWL.
(6) For air voids and flow, compute the Quality 1
Indexes QL and Q,; by use of the following formulas:
QL = (X - L) / S. and Q;; _ (U - X) / So
Where: L and U - specification tolerance limits from ,
Table 5.
Estimate the percentage of material between the lower (L)
and upper (U) tolerance limits (PWL) by entering Table 6
separately with QL and Qu, using the column appropriate to
the total number (n) of measurements, and determining the
percent of material above PL and percent of material below
PU for each tolerance limit. If the value of Q falls
between values shown on the table, use the next higher
value of Pt or P,,. Determine the PWL by use o the
following formula:
PWL = (Pc, + PL) - 100
Where: P, = percent within upper specification limit '
PU = percent within lower specification limit
f. Acceptance Criteria. '
(1) Mat Density and Air Voids. If the PWL of the lot
equals or exceeds 90 percent, the lot shall be acceptable. If the
PWL is less than 90 percent, payment shall be made in accordance
with paragraph 401-8.1a.
(2) Stability and Flow. If the PWL of the lot equals
or exceeds 90 percent, the lot shall be acceptable. If the PWL is
less than 90 percent, the Contractor shall determine the reason and
take corrective action. If the PWL is below 80 percent, the
Contractor must stop production and make adjustments to the mix.
(3) Joint Density. If the PWL of the lot equals or
exceeds 90 percent, the lot shall be acceptable. If the PWL is
less than 90 percent, the Contractor shall evaluate the method of
compacting joints. If the PWL is below 80 percent, the Contractor
must stop production until the reason for poor compaction can be
determined.
I
Section P-401 - 19
I
1
I
(4) Thickness. Thickness shall be evaluated for
compliance by the Engineer to the requirements shown on the plans.
' Measurements of thickness shall be made by the Engineer using the
cores extracted for each sublot for density measurements.
(5) Smoothness. The finished surfaces of the pavement
' shall not vary more than 3/8" for base course and 1/4" for surface
course. Each lot shall be evaluated with a 12 -foot straightedge.
The lot size shall be 2000 square yards. Measurements will be made
' perpendicular and parallel to the centerline at distances not to
exceeds 50 feet (15.2m). When more than 15 percent of all
measurements within a lot exceed the specified tolerance, the
1 Contractor shall remove the deficient area and replace with new
material. Sufficient material shall be removed to allow at least
one inch of asphalt concrete to be placed. Skin patching shall not
be permitted. High points may be ground off.
' (6) Grade. The finished surface of the pavement shall
not vary from the gradeline elevation and cross sections shown on
' the plans by more than 1/2 inch. The finished grade of each lot
will be determined by running levels at intervals of 50 feet or
less longitudinally and transversely to determine the elevation of
the completed pavement. The lot size shall be 2000 square yards.
When more than 15 percent of the measurements within a lot are
outside the specified tolerance, the Contractor shall remove the
deficient area and replace with new material. Sufficient material
shall be removed to allow at least one inch of asphalt concrete to
be placed. Skin patching for correcting low areas shall not be
permitted. High points may be ground off.
I
I
I
I
I
I
I
Section P-401 - 20
[1
TABLE 5. ACCEPTANCE LIMITS STABILITY, FLOW, AIR VOIDS, DENSITY
Pavements Designed for
Test Property Aircraft Gross Weights
of 60,000 lbs. or more
or Tire Pressure
Greater than 100 psi
Number of Blows 75
Specification Tolerance
L U
Stability, 1800
minimum pounds
Flow, 0.01 in. 8
(0.25 mm)
Air voids total
mix (percent) 2.0 5.0
Density, percent 96.3
Joint density 93.3
(percent)
Section P-401 - 21
TABLE 6. TABLE FOR EST
' Percent Within Limits
99 1.1541
98 1.1524
'97 1.1496
96 1.1456
95 1.1405
'94 1.1342
93 1.1269
92 1.1184
91 1.1089
90 1.0982
89 1.0864
88 1.0736
87 1.0597
86 1.0448
85 1.0288
84 1.0119
83 0.9939
82 0.9749
81 0.9550
80 0.9342
79 0.9124
'78 0.8897
77 0.8662
76 0.8417
75 0.8165
74 0.7904
73 0.7636
72 0.7360
'71 0.7077
70 0.6787
69 0.6490
'68 0.6187
67 0.5878
66 0.5563
65 0.5242
'
64 0.4916
63 0.4586
62 0.4251
'61 0.3911
60 0.3568
59 0.3222
58 0.2872
57 0.2519
56 0.2164
'55 0.1806
54 0.1447
53 0.1087
'52 0.0725
51 0.0363
50 0.0
IMATINO PERCENT OF LOT WITHIN LIMITS (PWL)
Positive Values of Q
n=3 n=4 n=5 n=6 n=7 n=8
1.4700 1.6714 1.8008 1.8888 1.9520
1.4400 1.6016 1.6982 1.7612 1.8053
1.4100 1.5427 1.6181 1.6661 1.6993
1.3800 1.4897 1.5497 1.5871 1.6127
1.3500 1.4407 1.4887 1.5181 1.5381
1.3200 1.3946 1.4329 1.4561 1.4716
1.2900 1.3508 1.3810 1.3991 1.4112
1.2600 1.3088 1.3323 1.3461 1.3554
1.2300 1.2683 1.2860 1.2964 1.3032
1.2000 1.2290 1.2419 1.2492 1.2541
1.1700 1.1909 1.1995 1.2043 1.2075
1.1400 1.1537 1.1587 1.1613 1.1630
1.1100 1.1173 1.1191 1.1199 1.1204
1.0800 1.0817 1.0808 1.0800 1.0794
1.0500 1.0467 1.0435 1.0413 1.0399
1.0200 1.0124 1.0071 1.0037 1.0015
0.9900 0.9785 0.9715 0.9672 0.9643
0.9600 0.9452 0.9367 0.9325 0.9281
0.9300 0.9123 0.9025 0.8966 0.8928
0.9000 0.8799 0.8690 0.8625 0.8583
0.8700 0.8478 0.8360 0.8291 0.8245
0.8400 0.8160 0.8036 0.7962 0.7915
0.8100 0.7846 0.7716 0.7640 0.7590
0.7800 0.7535 0.7401 0.7322 0.7271
0.7500 0.7226 0.7089 0.7009 0.6958
0.7200 0.6921 0.6781 0.6701 0.6649
0.6900 0.6617 0.6477 0.6396 0.6344
0.6600 0.6316 0.6176 0.6095 0.6044
0.6300 0.6016 0.5878 0.5798 0.5747
0.6000 0.5719 0.5583 0.5504 0.5454
0.5700 0.5423 0.5290 0.5213 0.5164
0.5400 0.5129 0.4999 0.4924 0.4877
0.5100 0.4836 0.4710 0.4638 0.4592
0.4800 0.4545 0.4424 0.4354 0.4310
0.4500 0.4255 0.4139 0.4073 0.4031
0.4200 0.3967 0.3856 0.3793 0.3753
0.3900 0.3679 0.3575 0.3515 0.3477
0.3600 0.3392 0.3295 0.3239 0.3203
0.3300 0.3107 0.3016 0.2964 0.2931
0.3000 0.2822 0.2738 0.2691 0.2660
0.2700 0.2537 0.2461 0.2418 0.2391
0.2400 0.2254 0.2186 0.2147 0.2122
0.2100 0.1971 0.1911 0.1877 0.2122
0.1800 0.1688 0.1636 0.1877 0.1855
0.1500 0.1408 0.1363 0.1338 0.1322
0.1200 0.1125 0.1090 0.1070 0.1057
0.0900 0.0843 0.0817 0.0802 0.0792
0.0600 0.0562 0.0544 0.0534 0.0528
0.0300 0.0281 0.0272 0.0267 0.0264
0.0 0.0 0.0 0.0 0.0
Section P-401 - 22
401-5.3 RESANPLING PAVEMENT.
a. General. Resampling of a lot of pavement for mat density will
be allowed if the Contractor requests, in writing, within 48 hours
after receiving the written test results from the Engineer. A
retest will consist of all the sampling and testing procedures
contained in paragraphs 401-5.1b and 401-5.2c. Only one resampling
per lot will be permitted.
(1) A Redefined PWL shall be calculated for the resampled
lot. The number of tests used to calculate the Redefined PWL shall
include the initial tests made for that lot plus the retests.
(2) The cost for resampling and retesting shall be borne
by the Contractor.
b. Payment for Resampled Lots. The redefined PWL for a
resampled lot shall be used to calculate the payment for that lot
in accordance with Table 7.
c. Outliers. If the tests within a lot include a very large or
a very small value which appears to be outside the normal limits of
variation, check for an outlier in accordance with ASTM E 178, at
a significance level of 5 percent, to determine if this value
should be discarded when computing the PWL.
CONTRACTOR QUALITY CONTROL
4.01-6.1 GENERAL. The Contractor shall establish, provide and
maintain a quality control system which will provide reasonable
assurance that all materials and completed construction submitted
for acceptance conform to contract requirements whether
manufactured or processed by the Contractor or procured from sub-
contractors or vendors. Although guidelines are established and
certain requirements are specified, they are minimum and the
Contractor shall assume full responsibility for meeting all
requirements.
The Contractor shall be prepared to discuss and present, at the
preconstruction conference, his/her understanding of the quality
control responsibilities for specific items as included in these
specifications.
The Contractor shall provide the Engineer a certification stating '
that all of the testing equipment to be used is properly calibrated
and will meet the specifications applicable for the specified test
procedures. As a part of the process for approving the
Contractor's Plan, the Engineer may require the Contractor's
technician to perform testing of samples to demonstrate on
acceptable level of performance.
Section P-401 - 23 '
I
I
I
I
I
L
I
I
El
I
I
I
a. Moisture Content of Aggregate.
' aggregate used for production shall be
per lot in accordance with ASTM C 566.
The Contractor shall perform quality control sampling, testing, and
inspection during all phases of the work and shall perform them at
a rate sufficient to ensure that the work conforms to the contract
requirements, and at minimum test frequencies required by paragraph
401-6.3.
401-6.2 QUALITY CONTROL PLAN. Not Used.
401-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all
quality control tests necessary to control the production and
construction processes applicable to these specifications and as
set forth in the approved Quality Control Plan. The testing
program shall include, but not necessarily limited to, tests for
the control of asphalt content, aggregate gradation, temperatures,
aggregate moisture, field compaction, and surface smoothness. The
Contractor shall employ random sampling procedures for obtaining
test samples.
a.. Asphalt Content. A minimum of two extraction tests shall be
performed per lot in accordance with ASTM D 2172 for determination
of asphalt content. The weight of ash portion of the extraction
test, as described in ASTM D 2172, shall be determined as part of
the first extraction test performed at the beginning of plant
production; and as part of every tenth extraction test performed
thereafter, for the duration of plant production. The last weight
of ash value obtained shall be used in the calculation of the
asphalt content for the mixture.
The use of the nuclear method for determining asphalt content in
accordance with ASTM D 4125 is permitted, provided that it is
calibrated for the specific mix being used.
b. Gradation. Aggregate gradations shall be determined a
minimum of twice per lot from mechanical analysis of extracted
aggregate in accordance with AASHTO T 30 and ASTM C 136 (Dry
Sieve). When asphalt content is determined by the nuclear method,
aggregate gradation shall be determined from hot bin samples on
batch plants, or from the cold feed on drum mix or continuous mix
plants, and tested in accordance with ASTM C 136 (dry sieve) using
actual batch weight to determine the combined aggregate gradation
of the mixture.
I
U
I
The moisture content of
determined a minimum of once
d. Moisture Content of Mixture. The moisture content of the
mixture shall be determined once per lot in accordance with ASTM D
1461.
Section P-401 - 24
L
I
e. Temperatures. Temperatures shall be checked, at least four
times per lot, at necessary locations to determine the temperatures
of the dryer, the bitumen in the storage tank, the mixture at the
plant, and the mixture at the job site.
f. In -Place Density Monitoring. The Contractor shall conduct
all necessary testing to ensure that the specified density is being
achieved. A nuclear gauge may be used to monitor the pavement
density in accordance with ASTM D 2950.
g. Additional Testing. Any additional testing that the
Contractor deems necessary to control the process may be performed
at the Contractor's option.
h. Monitoring. The Engineer reserves the right to monitor any '
or all of the above testing.
401-6.4 SAMPLING. When directed by the Engineer, the Contractor
shall sample and test any material which appears inconsistent with
similar material being sampled, unless such material is voluntarily
removed and replaced or deficiencies corrected by the Contractor.
All sampling shall be in accordance with standard procedures
specified.
401-6.5 CONTROL CHARTS. The Contractor shall maintain linear
,
control charts both for individual measurements and range (i.e.,
difference between highest and lowest measurements) for aggregate
gradation and asphalt content.
'
Control charts shall be posted in a location satisfactory to the
Engineer and shall be kept current. As a minimum, the control
charts shall identify the project number, the contract item number,
the test number, each test parameter, the Action and Suspension
Limits applicable to each test parameter, and the Contractor's test
results. The Contractor shall use the control charts as part of a
process control system for identifying potential problems and
assignable causes before they occur. If the Contractor's projected
data during production indicates a problem and the Contractor is
not taking satisfactory corrective action, the Engineer may suspend
production or acceptance of the material.
a. Individual Measurements. Control charts for individual '
measurements shall be established to maintain process control
within tolerance for aggregate gradation and asphalt content. The
control charts shall use the job mix formula target values as
indicators of central tendency for the following test parameters
with associated Action and Suspension Limits.
1
Section P-401 - 25 ,
LI
I
CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS
FOR ASPHALT SURFACE
I Sieve
Action
Limits
Suspension
Limits
' 3/4 in 0% 0%
1/2 in ±6% ±9%
3/8 in ± 6% ± 9%
' No. 4 ± 6% ± 9%
No. 16 ±5% ±7.5%
No. 50 ±3% ±4.5%
No. 200 ± 2% ± 3%
Asphalt Content ± 0.45% ± 0.70%
' For Asphalt Base add the following:
1; in 0% 0%
3/4 in ±6% ±11%
b. Range. Control charts for range shall be established to
control process variability for the test parameters and Suspension
' Limits listed below. The range shall be computed for each lot as
the difference between the two test results for each control
parameter. The Suspension Limits specified below are based on a
sample size of n = 2. Should the Contractor elect to perform more
than two tests per lot, the Suspension Limits shall be adjusted by
multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for
n = 4.
' CONTROL CHART LIMITS BASED ON RANGE
(Based on n = 2)
' Sieve Suspension
Limit
3/4
1/2
3/8
' No.
No.
No.
No.
'
Asp
in 11
in 11
in 11
4 11
16 9
50 6
200 3.5
halt Content 0.8
percent
percent
percent
percent
percent
percent
percent
percent
d. Corrective Action. The Quality Control Plan shall indicate
that appropriate action shall be taken when the process is believed
to be out of control. The Plan shall contain sets of rules to
gauge when a process is out of control and detail what action will
' be taken to bring the process into control. As a minimum, a
Section P-401 - 26
I
process shall be deemed out of control and production stopped and
corrective action taken, if:
(1) One point falls outside the Suspension Limit line for
individual measurements of range; or
(2) Two points in a row fall outside the Action Limit line
for individual measurements.
401-6.6 QUALITY CONTROL REPORTS. The Contractor shall maintain
records and shall submit reports of quality control activities
daily, in accordance with the Quality Control Plan.
E:0:40*jl • ' t 11: J1. Ci.Y
401-7.1 Plant mix bituminous concrete pavement shall be measured
by the number of tans 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.
• -ii
401-8.1 Payment for an accepted bituminous concrete pavement shall
be made at the adjusted contract unit price per ton for bituminous
mixture. The price shall be compensation for furnishing all
materials, for all preparation, mixing, and placing of these
materials, and for all labor, equipment, tools, and incidentals
necessary to complete the item.
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 mat density and/or air voids tests for that lot
indicate that the percentage of material within the specification
limit is less than 90 percent. The percent payment shall be
calculated for both mat density and air voids, and payment shall be
based on the lower of the two values.
TABLE 7. PRICE ADJUSTMENT SCHEDULE
Percentage of Material Within Percent of Contract Unit Price
the Specification Limit (PWL) to be Paid
90-100
80-90
65-80
Below 651
100
0.5 PWL + 55.0
2.0 PWL - 65.0
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.
Section P-401 - 27
I
I
El
I
I
El
I
I
II
I
I
I
I
I
I
El
b.
Payment.
Payment will be made under:
Bid
Item No.
17 Bituminous
Surface Course --per ton
Bid
Item No.
16 Bituminous
Base Course --per ton
Bid
Item No.
22 Milling of
Existing Taxiway Paving
--per Lump
Sum
END OF ITEM P-401
Section P-401 - 28
I
ITEM 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 MATERIALS. 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.
TABLE 1. BITUMINOUS MATERIAL
Application
Tune and Grade Specification Temperatures
Liquid Asphalt
RC-70/MC-70/SS-1 AASHTO M 81/M-82/14 120° - 160° F ,
RC-250/MC-250 AASHTO M81/M-82 1000 - 200°F
1
CONSTRUCTION METHODS
602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only
when the existing surface is dry or contains sufficient moisture to
get uniform distribution of the bituminous material, when the ,
atmospheric temperature is above 60° F, and when the weather is not
foggy or rainy. The temperature requirements may be waived, but
only when so directed by the Engineer.
602-3.2 EQUIPMENT. The equipment used by the Contractor shall
include a self -powered pressure bituminous material distributor '
and equipment for heating bituminous material.
I
Section P-602 - 1 '
I
I
I
I
I
The distributor shall have pneumatic tires of
that the load produced on the surface shall
per inch of tire width and shall be designed,
and operated so that bituminous material
applied uniformly on variable widths of
controlled rates from 0.05 to 2.0 gallons E
materials shall be applied within a pressure
pounds per square inch and with an allowab:
specified rate not to exceed 5%. Distrik
include a thermometer for reading temperatur
such width and number
not exceed 650 pounds
equipped, maintained,
at even heat may be
surface at readily
Per square yard. The
a range from 25 to 65
Le variation from any
utor equipment shall
es of tank contents.
602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately
before applying the prime coat, the full width of the surface to be
primed shall be swept with a power broom to remove all loose dirt
and other objectionable material.
' The application of the bituminous material shall be made by means
of a pressure distributor at the temperature, pressure, and in the
amounts directed by the Engineer.
' Following the application, the primed surface shall be allowed to
dry not less than 48 hours without being disturbed or for such
additional time as may be necessary to permit the drying out of the
prime until it will not be picked up by traffic or equipment. This
• period shall be determined by the Engineer. The surface shall
then be maintained by the Contractor until the surfacing has been
placed. Suitable precautions shall be taken by the Contractor to
protect the primed surface against damage during this interval,
including supplying and spreading any sand necessary to blot up
' excess bituminous material.
602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples
of the bituminous materials that the Contractor proposes to use,
' together with a statement as to their source and character, must be
submitted and approved before use of such material begins. The
Contractor shall require the manufacturer or producer of the
bituminous materials to furnish material subject to this and all
other pertinent requirements of the contract. Only satisfactory
materials, so demonstrated by service tests, shall be acceptable.
' The Contractor shall furnish vendor's certified test reports for
each carload, or equivalent, of bituminous material shipped to the
project. The report shall be delivered to the Engineer before
permission is granted for use of the material. The furnishing of
the vendor's certified test report for the bituminous material
shall not be interpreted as 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 the final estimate is
allowed, the Contractor shall file with the Engineer certified
weight tickets for the bituminous materials actually used in the
Section P-602 - 2
I
I
construction covered by the contract. The Contractor shall not ,
remove bituminous material from the tank car or storage tank until
the initial outage and temperature measurements have been taken by
the Engineer, nor shall the car or tank be released until the final
outage has been taken by the Engineer.
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 all preparation,
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. 14 Bituminous Prime Coat --per gallon
END OF ITEM P-602 I
C
I
I
I
I
I
Section P-602 - 3 ,
I
I
I
I
I
ITEM P-603
BITUMINOUS TACK COAT
DESCRIPTION
603-1.1 This item shall consist of preparing and treating a
bituminous or concrete surface with bituminous material in
accordance with these specifications and in reasonably close
conformity to the lines shown on the plans.
MATERIALS
' 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be
either cutback asphalt, emulsified asphalt, or tar and shall
conform to the requirements of Table 1. The type, grade,
' controlling specification, and application temperature of
bituminous material to be used shall be specified by the Engineer.
' TABLE 1. BITUMINOUS MATERIAL
Application Temperature
Type and Grade Specification Deg. F Deg. C
' Emulsified Asphalt
SS -1, SS-lh ASTM D 977 75-130 25-55
CSS-1, CSS-lh ASTM D 2397 75-130 25-55
' Cutback Asphalt
RC -70 ASTM D 2028 120-160 50-70
' CONSTRUCTION METHODS
603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only
' when the existing surface is dry and the atmospheric temperature is
above 60 F (15 C). The temperature requirements may be waived, but
only when so directed by the Engineer.
' 603-3.2 EQUIPMENT. The Contractor shall provide equipment for
heating and applying the bituminous material.
' The distributor shall be designed, equipped, maintained, and
operated so that bituminous material at even heat may be applied
uniformly on variable widths of surface at the specified rate. The
' allowable variation from the specified rate shall not exceed 10
percent. Distributor equipment shall include a tachometer,
pressure gages, volume -measuring devices or a calibrated tank, and
' a thermometer for measuring temperatures of tank contents. The
distributor shall be self -powered and shall be equipped with a
power unit for the pump and full circulation spray bars adjustable
' laterally and vertically.
Section P-603 - 1
1
I
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 surface to be treated
shall be swept with a power broom and/or airblast to remove all
loose dirt and other objectionable material.
Emulsified asphalt shall be diluted by the addition of water when
directed by the Engineer and shall be applied a sufficient time in
advance of the paver to ensure that all water has evaporated before
any of the overlying mixture is placed on the tacked surface.
The bituminous material including vehicle or solvent shall be '
uniformly applied with a bituminous distributor at the rate of 0.05
to 0.15 gallons per square yard depending on the condition of the
existing surface. The type of bituminous material and application
rate shall be approved by the Engineer prior to application.
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 next course has been
placed. Suitable precautions shall be taken by the Contractor to
protect the surface against damage during this interval.
603-3.6 BITUMINOUS MATERIAL -CONTRACTOR'S RESPONSIBILITY. Samples
of the bituminous material that the Contractor proposes to use,
together with a statement as to its 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 material 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 the vendor's certified test reports
for each carload, or equivalent, of bituminous material shipped to
the project. The report shall be delivered to the Engineer before
permission is granted for use of the material. The furnishing of
the vendor's certified test report for the bituminous material
shall not be interpreted as a basis for final acceptance. All such
test reports shall be subject to verification by testing samples of
material received for use on the project.
603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is
allowed, the Contractor shall file with the Engineer receipted
bills when railroad shipments are made, and certified weigh bills
when materials are received in any other manner, of the bituminous
materials actually used in the construction covered by the
contract. The Contractor shall not remove bituminous material from
Section P-603 - 2
1
I
I
the tank car or storage tank until the initial outage and
temperature measurements have been taken by the Engineer, nor shall
' the car or tank be released until the final outage has been taken
by the Engineer. Copies of freight bills and weigh bills shall be
furnished to the Engineer during the progress of the work.
METHOD OF MEASUREMENT
603-4.1 The bituminous material for tack coat shall be measured by
' the gallon. Volume shall be corrected to the volume at 600 F in
accordance with ASTM D 1250 for cutback asphalt, and Table IV -3 of
The Asphalt Institute's Manual MS -6 for emulsified asphalt. Water
' added to emulsified asphalt will not be measured for payment.
BASIS OF PAYMENT
' 603.5-1 Payment shall be made at the contract unit price per
gallon of bituminous material. This price shall be full
compensation for furnishing all materials, for all preparation,
' delivery, and application of these materials, and for all labor,
equipment, tools, and incidentals necessary to complete the item.
' Payment will be made under:
Bid Item No. 15 Bituminous Tack Coat --per gallon
END OF ITEM P-603
Li
I
Li
I
I
Section P-603 - 3
I
I
ITEM P-605 JOINT SEALING FILLER
DESCRIPTION '
605-5.1 This item shall consist of providing and installing a
resilient and adhesive joint sealing filler capable of effectively
sealing joints in concrete pavements.
MATERIALS
605-2.1 JOINT BEALERB. Joint sealing materials shall meet the
Each lot or batch of sealing compound shall be delivered to the
jobsite in the manufacturer's original sealed contained. Each
container shall be marked with the manufacturer's name, batch or
lot number, and the safe heating temperature and shall be
accompanied by the manufacturer's certification stating that the
compound meets the requirements of this specification.
ASTM D 3405 - Joint Sealant, Hot -Poured, for Concrete and Asphalt
Pavements.
ASTM D 3406 - Joint Sealants, Hot -Poured, Elastomeric, for Portland
Cement Concrete Pavements.
Fed. Spec. SS -S -20O Sealing Compound, Two -Compound, Elastomeric
Polymer Type, cold applied.
Temperature for application shall be as recommended by the
manufacturer. The use of primers when recommended by the
manufacturer of the proposed sealing filler is required, and shall
be used in accordance with the manufacturer's instructions.
605-2.2 BACK-UP MATERIAL. Back-up Material shall be one of the
following types:
(a) Closed cell resilienturethane or polyvinyl -chloride foam.
(b) Closed cell polyethylene foam.
(c) Polychloroprene tubes or beads.
Back-up material shall be non-absorbent, non -staining and shall be
compatible with the sealant used. Tube or rod stock, when used,
shall be rolled into the joint cavity.
CONSTRUCTION METHODS '
605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after
completion of the curing period as feasible and before the pavement
is opened to traffic, including construction equipment. The
pavement temperature shall be above 400 F at the time of
installation of the preformed joint seal poured joint sealing ,
Section P-605 - 1
I
605-3.2 PREPARATION OF JOINTS. Immediately before sealing, the
joints shall be thoroughly cleaned of all laitance, curing
compound, and other foreign material. Cleaning shall be
accomplished by sandblasting. Upon completion of cleaning, the
joints shall be blown out with compressed air. The joint faces
shall be surface dry when the seal is applied.
When the expansion joints between the asphalt pavement and concrete
pavement have been cleaned, a nonreactive adhesive -backed tape
shall be inserted. The tape shall be 1/8 -inch wider than the
nominal width of the joint to prevent contact of the newly
installed sealant with the existing expansion material.
605-3.3 EQUIPMENT. All equipment necessary for the proper
construction of this work shall be on the project and in first-
class working condition. The equipment shall be as recommended by
the manufacturer of the filler and approved by the Engineer before
construction is permitted to start.
The heating apparatus for hot applied sealer shall consist of a
heating kettle or tank, constructed as a double boiler, with a
space between the inner and outer shells filled with oil, asphalt,
or other material for heat transfer. The heater shall be equipped
to provide positive temperature control of the sealing material.
Direct methods of heating shall not be permitted. The material
shall not be heated in excess of the temperature recommended by the
manufacturer. Once the material has been heated, it shall be
maintained at an even temperature until placed into the joint.
The joint -pouring equipment for hot applied sealers, shall consist
of a hand -pouring pot or a mechanical -pouring kettle mounted on
wheels with a pouring shoe or the pouring shoe may be mounted on a
swivel jointed discharge line at the rear of a truck on which the
mixing or hearing unit is carried. The joint sealing equipment
may be a power driven apparatus capable of extruding the material
as a continuous feed. The extruding nozzle tip of the machine
shall be of such design as to fill the groove uniformly from the
bottom to the top. The joint -sealing machine shall include a
mechanical mixer capable of thoroughly mixing the sealing
components into a uniform homogeneous mass.
The equipment for cleaning joint openings shall consist of such
plows, powered and hand brooms or wire brushes, air compressors,
sand blasters, and, if necessary, joint cleaning and grooving
machines as are necessary to produce a satisfactory clean and dry
joint. Similar equipment shall be provided for cleaning joints
previously sealed.
Sandblasting
equipment
shall include an air
compressor, hose, and
long -wearing,
1/4 -inch,
venturi-type nozzles
of proper size, shape,
and opening.
The air
compressor shall be
portable and shall be
II '
capable of furnishing not less than 150 ft. 3/min/. of air and ,
maintaining a line pressure of not less than 90 lb. in2 at the
nozzle while in use. Compressor shall be equipped with traps that
will maintain the compressed air system free of oil and water, the
nozzle or nozzles shall have an adjustable guide that will hold the
nozzles aligned with the joint about one inch above the pavement
surface. The height, angle of inclination, and size of the nozzles
shall be adjusted as necessary to secure satisfactory results.
605-3.4 INSTALLATION OF SEALANTS, Joints shall be inspected for
proper width, depth, alignment, and preparation, and shall be
approved by the Engineer before sealing is allowed. Sealants shall
be installed in accordance with the following requirements:
a. Hot Poured Sealants. The joint sealant shall be applied
uniformly solid from bottom to top and shall be filled without
formation of entrapped air or voids. A backing material shall
be placed as shown on the plans and shall be nonadhesive to
the concrete or the sealant material. The heating kettle
shall be an indirect heating type, constructed as a double
boiler. A positive temperature control and mechanical
agitation shall be provided. The sealant shall not be heated
to more than 20 F below the safe heating temperature. The safe
heating temperature can be obtained from the manufacturer's
shipping container. A direct connecting pressure type
extruding device with nozzles shaped for insertion into the
joint shall be provided. Any sealant spilled on the surface
of the pavement shall be removed immediately.
b. Cold Applied Sealants. Cold applied joint sealing compound '
shall be applied by means of pressure equipment that will
force the sealing material to the bottom of the joint and
completely fill the joint without spilling the material on the
surface of the pavement. A backing material shall be placed
as shown on the plans and shall be nonadhesive to the concrete
or the sealant material. Sealant which does not bond to the
concrete surface of the joint walls, contains voids, or fails
to set to a tack -free condition will be rejected and replaced
by the Contractor at no additional cost. Before sealing the
joints, the Contractor shall demonstrate that the equipment
and procedures for preparing, mixing and placing the sealant
will produce a satisfactory joint seal. This shall include
the preparation of two small batches and the application of
the resulting material. ,
605-3.5 FIELD TEST. Before sealing the joints, the Contractor
shall be required to demonstrate that the equipment and procedures
for preparing, mixing, and placing the sealing compound will
produce a satisfactory joint seal. The demonstration shall include
a preparation of at least two small batches and the application of
Section P-605 - 3
1
I
I
' produce a satisfactory joint seal. The demonstration shall include
a preparation of at least two small batches and the application of
' the resulting material. During the course of the work, any batches
that do not have good consistency for application shall be
rejected.
1 605-3.6 LABORATORY TEST. Joint sealants will be tested for
conformance with the referenced specifications. If the use of a
primer is recommended for the proposed sealing system, the
laboratory tests for bond will be conducted utilizing the proposed
primer in accordance with the manufacturer's instruction. The cost
of the first test of sample fails to meet specification
requirements, the material represented by the sample shall be
replaced, and the new material will be deducted from payments due
the Contractor. The laboratory conducting tests shall be a
laboratory experienced in such work, and the Contractor may be
' required to furnish evidence of same. Results of tests, certified
by the laboratory, will be furnished to the Owner prior to the
beginning of the work.
METHOD OF MEASUREMENT
605-4.1 Joint sealant material shall be measured as the complete
' item. Complete payment will not be made until acceptable joint
sealant has been completed. In -place sealant which is not
completely bonded to the concrete surfaces of the joint wall, or
' develops cohesive failures within the sealant, or contains voids or
entrapped air, or fails to set to a tack -free condition within 25
hours will be rejected. Sealant may be rejected at any time prior
' to final acceptance of the project. Sealant which is rejected
shall be removed from the joint, wasted, and replaced in a manner
satisfactory to the Engineer.
'BASIS OF PAYMENT
605-5.1 Payment for joint sealing material shall be made at the
' contract lump sum price. The price shall be full compensation for
furnishing all materials, for all preparation, delivering, and
placing of these materials, and for all labor, equipment, tools,
' and incidentals necessary to complete the item.
Payment will be made under:
Bid Item No. 19 Joint Sealant - Lump Sum
' END OF ITEM P-605
Section P-605 - 4
I
I
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
DESCRIPTION
610-1.1 This item shall consist of 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.
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 scored 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. Naturally mixed aggregate shall be screened and
washed, and all fine and coarse aggregates shall be stored
separately and kept clean. 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 ASTM C 33.
Coarse aggregate shall be well graded from coarse to fine and shall
meet one of the gradations shown in Table 1, using ASTM C 136.
610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall
meet the requirements of ASTM C 33.
The fine aggregate shall be well graded from fine to coarse and
shall meet the requirements of Table 2, when tested in accordance
with ASTM C 136:
TABLE 1. GRADATION FOR COARSE AGGREGATE
Sieve Designation Percentage by Weight Passing Sieves
(square openings)
1½ inch
1 inch
'd inch
No 4 inch
1-00
90-100
20-25
0-10
I
L
I
I
I
I
I
I
I
I
I
I
I
Section P-610 - 1 '
I
' TABLE 2. GRADATION FOR FINE
I
Sieve Designation
(square openings) Percentage by Weight Passing Sieves
3/8
inch
100
No.
4
95-100
t• No.
16
45-80
No.
30
25-55
No.
50
10-30
'• No.
100
2-10
I
I
I
I
I
I
I
I
I
I
I
I
I
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. Cement shall conform to the requirements of C -16D
Type'.
The Contractor shall furnish vendors' certified test reports for
each carload, or equivalent, of cement shipped to the project. The
report shall be delivered to the Engineer before permission to use
the cement is granted. All such test reports shall be subject to
verification by testing sample materials received for use on the
project.
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 AASHO 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 or raw or calcined natural
pozzolons meeting the requirements of ASTM C 618.
Air -entraining admixtures shall meet the requirements of ASTM C
260. Air -entraining admixtures shall be added at the mixer in the
amount necessary to produce the specified air content.
Section P-610 - 2
Water -reducing, set -controlling admixtures shall meet the
requirements of ASTM C 494, Type A, water -reducing or Type D,
water -reducing and retarding. Water -reducing admixtures shall be
added at the mixer separately from air -entraining admixtures in
accordance with the manufacturer's printed instructions.
610-2.7 PREMOLDED JOINT MATERIAL. Premclded joint material for
expansion joints shall meet the requirements of ASTM D 1751.
610-2.9 COVER MATERIALS FOR CURING. Curing materials shall
conform to one of the following specifications:
Waterproof paper for curing concrete ASTM C 171
Polyethylene Sheeting for Curing Concrete ASTM C 171
Liquid Membrane -Forming Compounds for Curing
Concrete ASTM C 309,
Type 2
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.
610-3.2 CONCRETE COMPOSITION. The concrete shall develop a
compressive strength of 3500 psi in 28 days as determined by test
cylinders made in accordance with ASTM C 31 and tested in
accordance with ASTM C 39. The concrete shall contain not less
than 470 pounds of cement per cubic yard. The concrete shall
contain 5 percent of entrained air, plus or minus 1 percent, as
determined by ASTM C 231 and shall have a slump of not more than 4
inches as determined by ASTM C 143.
610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each
structure will be accepted on the basis of the compressive strength
specified in paragraph 3.2. The concrete shall be sampled in
accordance with ASTM C 172. Compressive strength specimens shall
be made in accordance with ASTM C 31 and tested in accordance with
ASTM C 39.
Concrete cylindrical test specimens shall be made in accordance
with ASTM C 31 and tested in accordance with ASTM C 39. 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.
Section P-610 - 3
I
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 ASTM C 143.
I
610-3.6 NIXING. Concrete may be mixed at the construction site,
at a central point, or wholly or in part in truck mixers. The
concrete shall be mixed and delivered in accordance with the
requirements of ASTM C 94.
610-3.7 NIXING 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/her
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.
610-3.8 FORKS. 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
Section P-610 - 4
I
I
concrete surface. The forms shall not be removed before the
expiration of at least 30 hours from vertical faces, walls, slender
columns, and similar structures or until tests indicate that at
least 40% of the design strength has developed; forms supported by
falsework under slabs, beams, girders, arches, 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 REINFORCEXENT. All reinforcement shall be
accurately placed, as shown on the plans, and shall be firmly held
in position during concreting. Bars shall be fastened together at
intersections. The reinforcement shall be supported by approved
metal chairs. Shop drawings, lists, and bending details shall be
supplied by the Contractor when required.
610-3.10 EKBEDDED 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 1½ hours after water has been
added to the mix. The method and manner of placing shall be such
to avoid segregation and displacement of the reinforcement.
Troughs, pipes, and chutes shall be used as an aid in placing
concrete when necessary. Dropping the concrete a distance of more
than 5 feet, or depositing a large quantity at one point, will not
be permitted. Concrete shall be placed upon clean, damp surfaces,
free from running water, or upon properly consolidated soil.
The concrete shall be compacted with suitable mechanical vibrators
operating within the concrete. When necessary, vibrating shall be
supplemented by hand spading with suitable tools to assure proper
and adequate compaction. Vibrators shall be manipulated so as to
work the concrete thoroughly around the reinforcement and embedded
fixtures and into corners and angles of the forms. The vibration
at any joint shall be of sufficient duration to 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
Section P-610 - 5
' 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. Before depositing new concrete on or against concrete
which has hardened, the surface of the hardened concrete shall be
cleaned by roughened slightly, wetted, and/or covered with a neat
coating of cement paste or grout.
•' 610-3.13 EXPANSION JOINTS. Expansion
at such points and of such dimensions
drawings. The premolded filler shall
that of the surfaces being joined.
'
firmly against the surface of the concr
manner that it will not be displaced
against it.
I
L_.
L
C
El
I
I
I
I
I
I
I
joints shall be constructed
as may be indicated on the
be cut to the same shape as
The filler shall be fixed
ete already in place in such
when concrete is deposited
610-3.14 DEFECTIVE WORE. Any defective work disclosed after the
forms have been removed shall be immediately removed and replaced.
If any dimensions are deficient, or if the surface of the concrete
is bulged, uneven, or shows honeycomb, which in the opinion of the
Engineer cannot be repaired satisfactorily, the entire section
shall be removed and replaced at the expense of the Contractor.
610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be
true, smooth, free from open or rough spaces, depressions, or
projections. The concrete in horizontal plane surfaces shall be
brought flush with the finished top surface at the proper elevation
and shall be struck -off with a straightedge and floated. Mortar
finishing shall not be permitted, nor shall dry cement or
sand -cement mortar be spread over the concrete during the finishing
of horizontal plane surfaces.
The wingwalls and headwalls 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
Section P-610 - 6
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.
610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts
that are to be encased in concrete shall be installed by the
Contractor before the concrete is placed. The pipe shall be held
rigidly so that it will not be displaced or moved during the
placing of the concrete.
610-3.18 COLD WEATHER PROTECTION. When concrete is placed at
temperatures below 40° F, the Contractor shall provide satisfactory
methods and means to protect the mix from injury by freezing. The
aggregates, or water, or both, shall be heated in order to place
the concrete at temperatures between 50 and 1000 F.
Calcium chloride may be incorporated in the mixing water when
directed by the Engineer. Not more than 2 pounds of Type 1 nor
more than 1.6 pounds of Type 2 shall be added per bag of cement.
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 50O F until at least
60% of the designed strength has been attained.
METHOD OF MEASUREMENT
610-4.1 Not Applicable.
BASIC OF PAYMENT
610-5.1 Payment for structural concrete shall be subsidiary to the
drainage structure items or electrical items.
1
END OF ITEM P-610
Li
I
I
Section P-610 - 7 1
I
n
I
I
I
C
L
u
r
7
L
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
DESCRIPTION
620-1.1 This item shall consist of the painting of the yellow
taxiway centerline stripes and holding line on the surface taxiways
and the white blast pad markings 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
450 F, and when the weather is not foggy or windy.
620-3.2 EQUIPMENT. All equipment for the work shall be approved
by the engineer and shall include the apparatus necessary to
properly clean the existing surface, a mechanical marking machine,
and such auxiliary hand -painting equipment as may be necessary to
satisfactorily complete the job.
The mechanical marker shall be an atomizing spray -type marking
machine suitable for application of traffic paint. It shall
produce an even and uniform film thickness at the required coverage
and shall be designed so as to apply markings of uniform cross
sections and clear-cut edges without running or spattering.
' 620-3.3 PREPARATION OF SURFACE. Immediately before application of
the paint, the surface shall be dry and free from dirt, grease,
oil, laitance, or other foreign material which would reduce the
' bond between the paint and the pavement. The area to be painted
shall be cleaned by sweeping and blowing or by other methods as
required to remove all dirt, laitance, and loose materials.
r
I
I
620-3.4 LAYOUT OF MARKINGS. On those sections of pavement where
no previously applied markings are available to serve as a guide,
the proposed markings shall be laid out in advance of the paint
application.
620-3.5 APPLICATION. Markings shall be applied at the locations
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.
Section P-620 - 1
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 to 140 square feet per gallon. The addition of
thinner will not be permitted.
The edges of the markings shall not vary from a
than 1/2 inch in 50 feet, and the dimensions
tolerance of plus or minus 5 percent. Glass
distributed to the surface of the marked areas
application of the paint. A dispenser shall be
properly designed for attachment to the ma,
suitable for dispensing glass spheres. The
applied at the rate of 10 pounds per gallon.
straight line more
shall be within a
spheres shall be
immediately after
furnished which is
rking machine and
spheres shall be
The Contractor shall furnish certified test reports for the
materials shipped to the project. The reports shall not be
interpreted as a basis for final acceptance. The Contractor shall
notify the Engineer upon arrival of a shipment of paint to the job
site. All emptied containers shall be returned to the paint
storage area for checking by the Engineer. The containers shall
not be removed from the airport or destroyed until authorized by
the Engineer.
620-3.6 PROTECTION. After application of the paint, all markings
shall be protected from damage until the paint is dry. All
surfaces shall be protected from disfiguration by spatter,
splashes, spillage, or drippings of paint.
METHOD OF MEASUREMENT
620-4.1 The quantity of runway and taxiway markings to be paid for
shall be one complete item in place performed in accordance with
the specifications and accepted by the Owner and Engineer.
Payment shall be made at the contract lump sum for runway and
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.
Payment will be made under:
Bid
Item
No.
20
Runway and
Taxiway
Painting (lump sum)
Bid
Item
No.
21
Blast Pad
Marking
(lump sum)
END OF ITEM P-620
Section P-620 - 2
I
' ITEM F-161 WIRE FENCE WITH STEEL POSTS
DESCRIPTION
161.1.1 This item covers the requirements for furnishing
materials and constructing new barbed wire fencing with steel posts
in accordance with the details included herein and as shown on the
plans. The class of fence to be erected shall be Class D, five (5)
strands of barbed wire, as indicated on the plans and in the bid
proposal.
MATERIALS
161-2.1 WIRE
a. Barbed Wire (Zinc -coated). Zinc -coated barbed wire
shall be 2 -strand twisted No. 12 1/2 ASW gauge galvanized steel
wire with 4 -point barbs of No. 14 ASW gauge galvanized steel wire.
All wire shall conform to Fed. Spec. RR -F-221, Type A. The barbs
shall be spaced approximately 4 -inches apart.
b. Bracing Wire (Zinc -coated). Wire used for cable for
bracing shall be No. 9 smooth galvanized soft wire.
161-2.2 FENCE POSTS, GATES, RAILS, BRACES, AND ACCESSORIES.
' These items, when specified, shall be steel tee post with clip.
CONSTRUCTION METHODS
' 161-3.1 GENERAL. The fence shall be constructed in accordance
with the details on the plans and as specified herein using new
materials, and all work shall be performed in a workmanlike manner
' satisfactory to the Engineer. Prior to the beginning of the work
or upon the request of the Contractor, the Engineer shall locate
the position of the work by establishing and marking the property
' line or fence line. When directed, the Contractor shall span the
opening below the fence with barbed wire fastened to stakes of the
required length at locations of small natural or drainage ditches
where it is not practical to conform the fence to the general
' contour of the ground surface. The new fence shall be permanently
tied to the terminals of existing fences whenever required by the
Engineer. The finished fence shall be plumb, taut, true t line and
' ground contour, and complete in every detail. When directed, the
Contractor shall stake down the woven wire fence at several points
between posts.
' When directed, in order to keep stock on adjoining property
enclosed at all times, the Contractor shall arrange the work so
that construction of the new fence will immediately follow the
' removal of existing fences. The length of unfenced section at any
Section F-161 - 1
time shall not exceed 300 feet or such length that the stock can be
kept in the proper field. The work shall progress in this manner
and at the close of the work day the newly constructed fence shall
be tied to the existing fence. Any openings in the fence shall be
guard when stock is using the adjoining property.
161-3.3 CLEARING FENCE LINE. The site of the fence shall be
sufficiently cleared of obstructions, and surface irregularities
shall be graded so that the fence will conform to the general
contour of the ground. The fence line shall be cleared to a
minimum width of 2 feet on each side of the centerline of the
fence. This clearing shall consist of the removal of all stumps,
brush, rocks, trees, or other obstructions which will interfere
with proper construction of the fence. Stumps within the cleared
area of the fence shall be placed a uniform distance above ground,
as specified in the plans. When shown on the plans or as directed
by the Engineer, the existing fences which coincide with, or are in
a position to interfere with, the new fence location shall be
removed by the Contractor as a part of the construction work unless
such removal is listed as a separate item in the bid schedule. All
hole remaining after post and stump removal shall be refilled with
suitable soil, gravel, or other material acceptable to the Engineer
and shall be compacted properly with tampers.
The work shall include the handling and disposal of all material
cleared, excavated or removed, regardless of the type, character,
composition, or condition of such material encountered. '
161-3.3 INSTALLING POSTS. All posts shall be spaced at 10 foot
spacings. Corner, brace, anchor, and end, shall be driven in the
ground. All line posts may be driven to a penetration of 2 feet.
All post setting shall be done carefully and to true alignment.
Dirt removed for placing posts, anchor bars, flanges, etc., shall
be replaced, tamped, and leveled. When posts are driven, care
shall be exercised to prevent marring or buckling of the posts.
Damaged post shall be replaced at the Contractor's expense. No
extra compensation will be made for rock excavation. Rock
excavation shall not be grounds for extension of time.
161-3.4 BRACING. All corner, anchor, end, and gate post shall be
braced as shown on the plans. Anchor posts shall be set at
approximately 500 -foot intervals and braced to the adjacent posts.
161-3.5 INSTALLING WIRE. All barbed wire shall be placed on the
side of the post away from the airport, or as directed, at the
height indicated on the plans. Care shall be taken not to stretch
the wire so tightly that it will break in cold weather or pull up
corner and brace posts. All horizontal wires shall be fastened
securely to each post by fasteners or clips designed for use with
the posts furnished. Barbed wire strands shall be stretched and
each strand secured to each post to prevent slipping out of line or
Section F-161 - 2
I
I
becoming loose. At end, corner, and gate posts the barbed wire
shall be securely wrapped and anchored once about the post from
' outside and secured against slipping by tying the ends with snug,
tight twists. However, on spans of less than 100 feet both ends of
the span need not be wrapped around the posts. The bottom wire of
the woven wire fencing shall clear the ground by not more than 4
inches or less than 1 inch at any place.
161-3.6 SPLICING WIRE. Splices in barbed and woven wire will be
' permitted if made with an approved galvanized bolt -clamp splice or
a wire splice made as follows: The ends of each wire shall be
carried 3 inches past the splice tool and wrapped around the other
wire for at least six turns in opposite directions. After the tool
is removed, the space occupied by it shall be closed by pulling the
ends together. The unused ends of the wire shall be cut close to
make a near, workmanlike job.
161-3.7 EXISTING FENCE CONNECTIONS. Wherever the new fence joins
and existing fence, either at a corner or at the intersection of
' straight fence lines, a corner or anchor post shall be set at the
junction and braced and anchored the same as herein described for
corner posts.
If the connection is made at other than the corner of the new
fence, the last span of the old fence shall contain a brace span.
' 161-3.8 CLEANING UP. The Contractor shall remove from the
vicinity of the completed work all tools, buildings, equipment,
etc., used during construction.
METHOD OF MEASUREMENT
161-4.1 Fence, Class D (Steel Posts), shall be measured in place
' from outside to outside of end posts or corner posts and shall be
the length of fence actually constructed, except for the space
occupied by the gates.
' BASIS OF PAYMENT
161-5.1 Payment shall be made at the contract unit price per
'
linear foot Class D wire fence. This price shall be full
compensation for furnishing all materials and for all preparation,
erection, and installation of these materials, and for all labor,
equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
Bid Item No. 40 Fence, (Class D) 4 -ft barbed wire fence -
- per linear foot
' END OF ITEM F-161
Section F-161 - 3
1
Payment for driveway gates or water gaps will be made at the
contract unit price for each.
The price shall be full compensation for furnishing all materials,
and for all preparation, erection, and installation of these
materials, and for all labor equipment, tools, and incidentals
necessary to complete the item.
Payment will be made under:
Bid
Item
No.
31
6 -Ft
Chain -Link
Fence
with Barbed Wire
--per
linear foot
Bid
Item
No.
32
6 -Ft
Chain -Link
Fence --per
linear foot
Bid
Item
No.
33
4 -Ft
Chain -Link
Fence --per
linear foot
Bid
Item
No.
34
4 -Ft
Chain -Link
Fence
with Barbed Wire
--per
linear foot
Bid
Item
No.
35
Water
Gap Type 1
-- per
each
Bid
Item
No.
36
Water
Gap Type 2
-- per
each
Bid
Item
No.
37
Water
Gap Type 3
-- per
each
Bid
Item
No.
38
Water
Gap Type 4
-- per
each
Bid
Item
No.
39
Screening
for 6'
chain
link fence -- per
linear
foot
END OF ITEM F-162
Section F-162 - 4
I
I
F
I
I
I
I
n
J
II
I
ITEM F-162 CHAIN -LINK FENCES
DESCRIPTION
162-1.1 This item shall consist of furnishing and erecting a
chain -link fence in accordance with these specifications and the
details shown on the plans and in conformity with the lines and
grades shown on the plans or established by the Engineer.
162-2.1 FABRIC. The fabric shall be woven with a 9 -gauge wire in
a 2 -inch mesh and shall meet the requirements of ASTM A 392, class
1.
162-2.2 BARBED WIRE. Barbed wire shall be 2 -strand 12-1/2 gauge
(zinc -coated) wire with 4 -point barbs and shall conform to the
requirements of ASTM A 121, class 3.
162-2.3 POSTS, RAILS AND BRACES. Posts, rails, and braces
furnished for use in conjunction with zinc -coated steel fabric
shall be of zinc -coated steel.
Line posts, rails, and braces shall be galvanized steel post.
The dimensions of the posts, rails, and braces shall be in
accordance with Tables I through VI of Fed. Spec. RR -F-191/3.
162-2.4 GATES AND WATER GAPS. Gate frames shall consist of
galvanized steel pipe and conform to the specifications for the
same material under paragraph 162-2.3. The fabric shall be of the
same type material as used in the fence.
162-2.S WIRE TIES AND TENSION WIRES. Wire fabric ties, wire ties,
and tension wire for use in conjunction with a given type of fabric
shall be of the same material identified with the fabric type. The
tension wire shall be 7 -gauge coiled spring wire coated similarly
to the respective wire fabric being used.
Wire fabric ties shall be galvanized steel wire not less than 9
gauge.
All material shall conform to Fed. Spec. RR -F-191/4.
162-2.6 PENCE SCREENING. The screening for the 6 foot chainlink
fence fabric shall be fabricated from steel aluminum sheet and
' painted a beige or brown color. The screening shall snugly fit
diagonally in the fence fabric to provide a maximum screening of
the auto salvage yard.
Section F-162 - 1
1
1
162-2.7 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel ,
fittings and hardware for use with zinc -coated steel fabric shall
be of commercial grade steel or better quality, wrought or cast as
appropriate to the article, and sufficient in strength to provide
a balanced design when used in conjunction with fabric posts, and
wires of the quality specified herein. All steel fittings and
hardware shall be protected with a zinc coating applied in
conformance with ASTM A 153. Barbed wire support arms shall
withstand a load of 25 pounds applied vertically to the outermost
end of the arm. Fence modifications shall consist of removing the
existing top rail and replacing the loop cap with a barbed vertical
wire to accomodate 3 strands of barbed wire and extend each
existing terminal gate and pull post by welding a one foot post
stub to these post. '
162-2.8 CONCRETE. Concrete shall be of a commercial grade with a
minimum 28 -day compressive strength of 2500 psi.
162-2.9 MARlING. Each roll of fabric shall carry a tag showing
the kind of base metal (steel), kind of coating, the gage of the
wire, the length of fencing in the roll, and the name of the
manufacturer. Posts, wire, and other fittings shall be identified
as to manufacturer, kind of base metal (steel), and kind of
coating. '
CONSTRUCTION METHODS
162-3.1 CLEARING PENCE LINE. All trees, brush, stumps, logs, and
other debris which would interfere with the proper construction of
the fence in the required location shall be removed. The material
removed and disposed of shall be paid under Section P-151 Clearing
and Grubbing.
162-3.2 INSTALLING POSTS. All posts shall be set in concrete at
the required dimension and depth and at the spacing shown on the
plans.
The concrete shall be thoroughly compacted around the posts by
tamping or vibrating and Shall have a smooth finish slightly higher
'
than the ground and sloped to drain away from the posts. All posts
shall be set plumb and to the required grade and alignment. No
materials shall be installed on the posts, nor shall the posts be
disturbed in any manner within 7 days after the individual post
footing is completed.
Should rock be encountered at a depth less than the planned footing '
depth, a hole 2 inches larger than the greatest dimension of the
posts shall be drilled to a depth of 12 inches. After the posts
are set, the remainder of the drilled hole shall be filled with
grout, composed of one part Portland cement and two parts mortar
sand. Any remaining space above the rock shall be filled with
concrete in the manner described above.
Section F-162 - 2
�I
Li
I
In lieu of drilling, the rock may be excavated to the required
footing depth. No extra compensation shall be made for rock
excavation.
• 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous
and shall pass through the post tops. The coupling used to join
the top rail lengths shall allow for expansion.
162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal
truss rods and turnbuckles, shall be installed at all terminal
posts.
162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly
attached to the posts and braced in the manner shown on the plans.
All wire shall be stretched taut and shall be installed to the
required elevations. The fence shall generally follow the contour
of the ground, with the bottom of the fence fabric no less than 1
inch or more than 4 inches from the ground surface. Grading shall
be performed where necessary to provide a neat appearance.
At locations of small natural swales or drainage ditches and where
it is not practical to have the fence conform to the general
contour of the ground surface, longer posts may be used and
multiple strands of barbed wire stretched thereon to span the
opening below the fence. The vertical clearance between strands of
barbed wire shall be 6 inches or less.
162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be
constructed where a power line passes over the fence at 500 -foot
intervals. The ground shall be installed directly below the point
of crossing. The ground shall be accomplished with a copperclad
rod 8 feet long and a minimum of 5/8 inch in diameter driven
vertically until the top is 6 inches below the ground surface. A
No. 6 solid copper conductor shall be clamped to the rod and to the
fence in such a manner that each element of the fence is grounded.
Installation of ground rods shall not constitute a pay item and
shall be considered incidental to fence construction.
162-4.1 Chain -link fence will be measured for payment by the
linear foot. Measurement will be along the top of the fence from
center to center of end posts, excluding the length occupied by
gate openings.
Gates and water gaps will be measured as complete units.
162-5.1 Payment for chain -link fence will be made at the contract
unit price per linear foot.
Section F-162 - 3
Payment for driveway gates or water gaps will be made at the
contract unit price for each.
The price shall be full compensation for furnishing all materials,
and for all preparation, erection, and installation of these
materials, and for all labor equipment, tools, and incidentals
necessary to complete the item.
Payment will be made under:
Bid Item No. 30 6 -Ft Chain -Link Fence with Barbed Wire
--per linear foot
Bid
Item
No.
31
6 -Ft Chain -Link
Fence --per linear foot
Bid
Item
No.
32
4 -Ft Chain -Link
Fence --per linear foot
Bid
Item
No.
33
4 -Ft Chain -Link
Fence with Barbed Wire
--per linear foot
Bid
Item
No.
34
Water Gap Type 1
-- per each
Bid
Item
No.
35
Water Gap Type 2
-- per each
Bid
Item
No.
36
Water Gap Type 3
-- per each
Bid
Item
No.
37
Screening for 6'
chain link fence -- per
linear foot
END OF ITEM F-162
Section F-162 - 4
1 ITEM D-701 PIPE FOR STORK DRAINS AND CULVERTS
DESCRIPTION
701-1.; This item shall consist of pipe of the types, classes,
sizes, and dimensions required on the Plans, furnished and
installed at the places designated on the Plans and profiles, or by
'
the Engineer, in accordance with these Specifications and with the
lines and grades given on the Plans.
1 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
t 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 CORRUGATED STEEL PIPE. The Corrugated, steel pipe shall be
galvanized coated steel pipe, and shall conform to the requirements
of ASTM A 760. The pipe shall be circular with annular or Helical
' corrugations and a minimum thickness of 0.064 inches. The pipe
shall be supplied in the required length with no field joints and
shop applied beveled ends.
' 701-2.4 RUBBER GASKETS. 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).
'CONSTRUCTION METHODS
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.
Section D-701 - 1
'
I
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.
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 for backfill shall
be disposed of by the Contractor as directed by the Engineer.
Common excavation shall not be carried below the required depth;
but when it is, the trench shall be backfilled at the Contractor's
expense with material approved by the Engineer and compacted to the
density of the surrounding earth material as determined for
embankment in Section P-152, 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 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 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.
Section D-701 - 2
H
1 The bed for the pipe shall be so shaped that at least the lower
quarter of the pipe circumference shall be in continuous contact
with the bottom of the trench.
' The Contractor shall do such trench bracing, sheathing, or shoring
necessary to perform and protect the excavation as required for
' safety and conformance to governing laws. The bracing, sheathing,
or shoring shall not be removed in one operation but shall be done
in successive stages as determined by the Engineer to prevent
' overloading of the pipe during backfilling operations. The cost of
the bracing, sheathing, or shoring, and the removal of same, shall
be included in the unit price bid per foot for the pipe.
' 701-3.3 LAYING AND INSTALLING PIPE. The Contractor shall provide
the necessary mason's line 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 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.
Section D-701 - 3
701-3.4 PIPE JOINTS. Pipe joints for concrete 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 be installed in
accordance with the manufacturer's instructions.
701-3.5 BACKFILLING. All trenches and excavations shall be
backfilled within a reasonable time after the pipes are installed,
unless other protection of the pipe is directed. Except where the
pipe is placed under the roadway section, the backfill material
shall be the same as excavated from the trench. Materials which is
placed at the sides of the pipe and 1 fact over the top shall be
material which can be readily compacted. It shall not contain
stones retained on a 3 -inch sieve, frozen lumps, chunks of highly
plastic clay, or any other material which is objectionable to the
Engineer. The material shall be moistened or dried, if necessary
to be compacted by the method in use. Backfill material shall be
approved by the Engineer. Under future pavement sections, all
backfill material shall be crushed aggregate, P-209.
The backfill shall be placed in loose layers not to exceed 6 inches
in depth along each side of the pipe. Special care shall be taken
to secure thorough compaction under the haunches and at the sides
of the pipe. This backfill shall be brought up evenly on each side
of the structure to an elevation of 1 foot over the top of the
pipe, or such greater elevation as directed by the Engineer.
Backfilling shall be done in a manner to avoid injurious top or
side pressures on the pipe.
The backfill shall be compacted to the density required for
embankments in unpaved areas under Item P-152. Under paved areas,
the subgrade and any backfill shall be compacted to the density
required for embankments for paved areas under Item P-152.
Movement of construction machinery over a culvert shall be at the
Contractor's risk. Any pipe damaged thereby shall be replaced at
the expense of the Contractor.
701-3.6 CONNECTIONS. Where the Plans call for connections to
existing or proposed structures, these connections shall be
watertight and made so that a smooth uniform flow line will be
obtained throughout the drainage system.
701-3.7 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.
Section D-701 - 4
I
' After all work is completed, the Contractor shall remove all tools
and other equipment, leaving the entire site free, clear, and in
good condition.
I
I
I
I
I
Li
I
I
I
I
I
I
I
El
I
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.
701-3.8 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.
701-a.1 The footage of pipe to be paid for shall be the number of
linear feet of pipe in place, completed, and approved to be
measured along the centerline of the pipe from end or inside face
of structure to end or inside face of structure, whichever is
applicable. The classes, types, and sizes shall be measured
separately. All fittings shall be included in the footage as
typical pipe sections in the pipeline being measured.
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. 25 12 -inch (Reinforced Concrete
Pipe), per linear foot
Bid Item No. 26 18 -inch (Reinforced Concrete
Pipe), per linear foot
Bid Item No. 27 18 -inch (Corrugated Steel Pipe),
per linear foot
END ITEM D-701
Section D-701 - 5
I
I
ITEM D-751 STORM INLETS
DESCRIPTION
751-1.1 This item shall consist of storm inlet(s), in accordance
with these specifications, at the specified location(s) and
conforming to the line(s), grade(s), and dimensions shown on the
plans or required by the Engineer.
MATERIALS
751-2.1 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. '
751-2.2 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 AASHTC 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 for access to the structure.
All castings shall be thoroughly cleaned and given two coats of
approved bituminous paint. After fabrication, structural steel
units shall be galvanized to meet the requirements of AASHTO M 111.
CONSTRUCTION METHODS '
751-3.1 EXCAVATION.
a. The Contractor shall do all excavation for structures and
structure footings to the lines and grades or elevations, shown on
the plans. The excavation shall be of sufficient size to permit
the placing of the full width and length of the structure or
structure footings shown. The elevations of the bottoms of
footings, as shown on the plans, shall be considered as
approximately only; and the Engineer may order, in writing, changes
Section D-751 - 1 t
I
I
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
Ito 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.
IC. 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
1 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 not disturb or mar finished
I masonry. The cost of removal shall be included in the unit price
bid for the structure.
fl
u
IU
I
I
I
I
I
S. 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.
f. The Contractor shall be solely responsible for trench and
excavation safety systems in accordance with Act 291 of 1993 of the
State of Arkansas and OSHA requirements.
751-3.2 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.
751-3.3 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
Section D-751 - 2
I
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.
751-3.4 PLACEMENT AND TREATMENT OF CASTINGS, FRAMER, AND
FITTINGS. All castings, frames, and fittings shall be placed in
the positions indicated on the plans or as directed by the
Engineer, and shall be set true to line and to correct elevation.
If frames or fittings are to be set in concrete or cement mortar,
all anchors or bolts shall be in place and position before the
concrete or mortar is placed. The unit shall not be disturbed
until the mortar or concrete has set.
After the frames or fittings have been set in final position and
the concrete has been allowed to harden for 7 days, then the grates
or covers shall be placed and fastened down.
751-3.5 BACEFILLING.
a. After a structure has been completed, the area around it
shall be filled with approved material, in horizontal layers not to
exceed a inches loose depth, and compacted to the density required
in Item P-152, and as determined by FAA compaction control test T
611. Each layer shall be deposited all around the structure to
approximately the same elevation. The top of the fill shall meet
the elevation shown on the plans or as directed by the Engineer.
b. Backfilling shall not be placed against any structure until
permission is given by the Engineer. In the case of concrete, such
permission shall not be given until the concrete has been in place
7 days, or until tests made by the laboratory under supervision of
the Engineer establish that the concrete has attained sufficient
strength to provide a factor of safety against damage or strain in
withstanding any pressure created by the backfill or the methods
used in placing it.
co 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.
751-3.6 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.
Section D-751 - 3
751-4.1 Grate inlets shall be measured by the unit.
751-4.2 The junction boxes shall be measured by the unit.
751-4.3 The grate inlet repair shall be measured by the unit.
BASIS OF PAYMENT
751-5.1 The accepted number of storm inlets or power box 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.
751-5.2 Payment for TRENCH
this project will be based
Proposal. Payment shall be
and 100% completion of the
payment shall constitute
specified herein.
Payment will be made under:
Bid Item No. 23
Bid Item No. 24
Bid Item No. 28
Bid Item No. 29
I
I
IL
Ii
I
EXCAVATION AND SAFETY SYSTEMS used for
on the lump sun price stated in the
made in two (2) equal payments at 50%
water and sewer line trenches. This
full compensation for the work as
Grate Inlets, per each.
Construct Junction Box, per each.
Grout Repair of Existing Grate Inlet, per
each
Trench & Excavation Safety System --per lump
sum
END OF ITEM D-751
Section D-751 - 4
I
ITEM D-754 CONCRETE GUTTERS, DITCHES, AND FLUMES
DESCRIPTION
754-1.1 This item shall consist of portland cement concrete
channel crossing constructed in accordance with these
specifications at the specified locations in accordance with the
dimensions, lines, and grades as shown on the plans or required by
the Engineer.
754-2.1 Plain and reinforced concrete shall meet the
requirements of Item P-610.
754-2.2
JOINTS. Joint
filler materials
and premolded joint
material
shall conform to
Item P-610.
CONSTRUCTION METHODS
754-3.1 PREPARING SUBGRADE. Excavation shall be made to the
required width and depth, and the subgrade upon which the item is
to be built shall be compacted to a firm uniform grade. All soft
and unsuitable material shall be removed and replaced with suitable
approved material. When required, a layer of approved granular
material, compacted to the thickness indicated on the plans, shall
be placed to form a subbase. The underlying course shall be
checked and accepted by the Engineer before placing and spreading
operations are started.
754-3.2 PLACING. The forms for and the mixing, placing,
finishing, and curing of concrete shall conform to the requirements
of Item P-610 and shall be in accordance with the following
requirements.
The concrete shall be tamped and spaded until it is consolidated
and mortar entirely covers and farms the top surface. The surface
of the concrete shall be floated smooth and the edges rounded to
the radii shown on the plans. Before the concrete is given the
final finishing, the surface shall be tested with a 10 -foot
straightedge, and any irregularities of more than 1/4 inch in 10
feet shall be eliminated.
The concrete shall be placed with dummy -grooved joints not to
exceed 15 feet apart, except where shorter lengths are necessary
for closures, but no section shall be less than 4 feet long.
Expansion joints of the type called for in the plans shall be
constructed to replace a dummy groove at spacings of approximately
100 feet. When the gutter is placed next to concrete pavement,
expansion joints in the gutter shall be located opposite expansion
joints in the pavement. When a gutter abuts a pavement or other
Section ❑-754 - 1
I
structure, an expansion joint shall be placed between the gutter
and the other structure.
' Forms shall not be removed within 24 hours after the concrete has
been placed. Minor defects shall be repaired with mortar
containing 1 part cement and 2 parts fine aggregate.
The operations of depositing, compacting, and finishing the item
shall be conducted so as to build a satisfactory structure. If any
' section of concrete is found to be porous, other than minor defects
which may be plastered, or is otherwise defective, it shall be
removed and replaced by the Contractor without additional
compensation.
754-3 BACKPILLING. After the concrete has set sufficiently, the
spaces adjacent to the structure shall be refilled to the required
1 elevation with material specified on the plans and compacted by
mechanical equipment to at least 95% of the maximum density as
determined by ASTM D 698.
754-3.4 CLEANING AND RESTORATION OF SITE. After
the backfill is
completed, the Contractor
shall dispose
of all surplus material,
dirt, and rubbish from the
site. Surplus
dirt may
be deposited in
embankments, shoulders, or as ordered
by the
Engineer. The
Contractor shall restore
all disturbed
areas to
their original
condition.
After all work is completed, the Contractor shall remove all tools
and equipment, leaving the entire site free, clear and in good
condition.
Performance of the work described in this section is not payable
directly but shall be considered as a subsidiary obligation of the
Contractor, covered under the contract unit price for the
structure.
g:4Y:. .
754-4.1 Concrete channel crossing installed shall be measured by
the complete unit in accordance with the dimensions shown on the
plans or ordered by the Engineer. No deductions shall be made for
the volume occupied by reinforcing steel, anchors, conduits.
754-5.1 The accepted concrete channel crossing installed will be
paid for at the contract lump sum price complete in place. Payment
shall be full compensation for furnishing all materials, for all
preparation, disposal, excavation, labor equipment, tools and
incidentals necessary to complete the item.
Section D-754 - 2
I
ITEM T-901
' SEEDING
DESCRIPTION
901-1.1 This item shall consist of soil preparation, seeding the
areas shown on the plans or as directed by the Engineer in
accordance with these specifications.
' MATERIALS
901-2.1 SEED The species and application rates of grass, legume,
and cover -crop seed furnished shall be those stipulated herein.
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 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.
' March 15 - June 15
' variety Pounds ner Acre
Creeping Red Fescue 20
Bermuda (Common) hulled 15
Fall Fescue (K-31) 20
I
I
I
I
June 16 - August 31
Bermuda (Common) hulled
Weeping Love Grass
Tall Fescue (K-31)
September 1 - October 15
Tall Fescue (K-31)
Rye Grass (perennial)
Crimson Clover (Dixie)
30
25
20
Section T-901- 1
L
I
901-2.2 LIME. Not Applicable.
901-2.3 FERTILIZER. Fertilizer shall be standard commercial
fertilizers supplied separately or in mixtures containing the
percentages of total nitrogen, available phosphoric acid, and
water-soluble potash. They shall be applied at the rate and to the
depth specified herein, and shall meet the requirements of Fed.
Spec. O -F-241 and applicable state laws. They shall be furnished
in standard containers with name, weight, and guaranteed analysis
of contents clearly marked thereon. No cyanamide compounds or
hydrated lime shall be permitted in mixed fertilizers.
The fertilizers may be supplied in one of the following forms:
a. A dry, free -flowing fertilizer suitable for application by
a common fertilizer spreader;
b. A finely -ground fertilizer soluble in water, suitable for '
application by power sprayers; or
a. A granular or pellet form suitable for application by '
blower equipment.
Fertilizers shall be 10-20-10 commercial fertilizer and shall be
spread at the rate of 500 pounds per acre.
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 before being placed.
CONSTRUCTION METHODS '
901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas
has been completed and before applying fertilizer and ground
limestone, 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 and
ground limestone, 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 a depth of not less than 5 inches as a
result of grading operations and, if immediately prior to seeding,
Section T-901- 2 '
L
the top 3 inches of soil is loose, friable, reasonably free from
large clods, rocks, large roots, or other undesirable matter, and
if shaped to the required grade.
However, when the area to be seeded is
barren and unworked, or packed and hard,
first be cut or otherwise satisfactorily
then scarified or otherwise loosened to
inches. Clods shall be broken and the t
be worked into a satisfactory seedbed I
cultipackers, rollers, drags, harrows, oz
sparsely sodded, weedy,
any grass and weeds shall
disposed of, and the soil
a depth not less than 5
Dp 3 inches of soil shall
)y discing, or by use of
other appropriate means.
901-3.2 DRY APPLICATION METHOD
a. Fertilizing. Following advance preparations and cleanup
fertilizer shall be uniformly spread at the rate which will provide
not less than the minimum quantity stated in paragraph 901-2.3.
b. Seeding. Grass seed shall be sown at the rate specified in
paragraph 901-2.1 immediately after fertilizing, and the fertilizer
and seed shall be raked within the depth range stated in the
special provisions. Seeds of legumes, either alone or in mixtures,
shall be inoculated before mixing or sowing, in accordance with the
instructions of the manufacturer of the inoculant. 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 grass and legume seeding.
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.
901-3.3 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect
seeded areas against traffic or other use by warning signs or
barricades, as approved by the Engineer. Surfaces gullied or
otherwise damaged following seeding shall be repaired by regrading
and reseeding as directed. The Contractor shall mow, water as
directed, and otherwise maintain seeded areas in a satisfactory
condition until final inspection and acceptance of the work.
When either the dry or wet application method outlined above 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.
Section T-901- 3
METHOD OF MEASUREMENT
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.
901-5.1 Payment shall be made at the contract unit price per acre
or fraction thereof, 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. 41 Seeding, Fertilizing and Mulching.
END OF ITEM T-190
Section T-901- 4
I
I
I
I
I
I
I
I
1
I
J
904-2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of
areas to be repaired shall conform to the requirements of 901-2.4.
CONSTRUCTION METHODS
' 904-3.1 GENERAL. Areas to be solid, strip, or spot sodded shall
be shown on the plans. Areas requiring special ground surface
preparation such as tilling and those areas in a satisfactory
' condition which are to remain undisturbed shall also be shown on
the plans.
' Suitable equipment necessary for proper preparation of the ground
surface and for the handling and placing of all required materials
Section T-904 - 1
ITEM T-904
SODDING
DESCRIPTION
904-1.1 This item shall consist of furnishing, hauling, and
placing approved live sod on prepared areas in accordance with this
specification at the locations shown on the plans or as directed by
the Engineer.
904-2.1 SOD. Sod furnished by the Contractor shall have a good
cover of living or growing grass. This shall be interpreted to
include grass that is seasonally dormant during the cold or dry
seasons and capable of renewing growth after the dormant period.
All sod shall be obtained from areas where the soil is reasonably
fertile and contains a high percentage of loamy topsoil. Sod shall
be cut or stripped from living, thickly matted turf relatively free
of weeds or other undesirable foreign plants, large stones, roots,
or other materials which might be detrimental to the development of
the sod or to future maintenance. At least 70% of the plants in
the cut sod shall be composed of the 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 that stated in the
special provisions.
904-2.2 LINE. Not Applicable.
904-2.3 FERTILISER. 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.
I
Li
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 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 and limestone, 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 AND GROUND LIMESTONE. 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 special provisions.
If use of ground limestone is required, it shall then be spread at
a rate which will provide not less than the minimum quantity stated
in the special provisions. These materials shall be incorporated
into the soil to a depth of not less than 2 inches by disking,
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 inspection and
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. 1
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. '
Section T-904 - 2 '
I
LAYING SOD. Sodding shall be performed only during the
when satisfactory results can be expected. Frozen sod
of be used and sod shall not be placed upon frozen soil.
be transplanted during periods of drought with the approval
Engineer, provided the sod bed is watered to moisten the
a depth of at least 4 inches immediately prior to laying
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 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 at
v -shaped or flat -bottom ditches or gutters, the sod shall be p
with wooden pegs not less than 12 inches in length and hi
cross-sectional area of not less than 3/4 square inch. The
shall be driven flush with the surface of the sod.
904-3.6 WATERING. Adequate water and watering equipment
on hand before sodding begins, and sod shall be kept moist u
has become established and its continued growth assured.
cases, watering shall be done in a manner which will avoid
from the application of excessive quantities and will avoid
to the finished surface.
a. General. The Contractor
the sodded areas as soon as the
continue until final inspection an
tall provide i
and has been
acceptance of
al care for
and shall
work.
Protection. All sodded areas shall be protected against
r other use by warning signs or barricades approved by the
c. Mowing. The Contractor shall mow the sodded areas with
approved mowing equipment, depending upon climatic and growth
conditions and the needs for mowing specific areas. In the event
that weeds or other undesirable vegetation are permitted to grow to
such an extent that, either cut or uncut, they threaten to smother
the sodded species, they shall be mowed and the clippings raked and
removed from the area.
904-3.8 REPAIRING, When the surface has become bullied 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 sodded as specified in 904-3.5.
METHOD OF
904-4.1 This item shall be measured on the basis of the area in
square yards of the surface covered with sod and accepted.
904-5.1 This item will be paid for on the basis of the contract
unit price per square yard for sodding, 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. 45 Solid Sodding --per square yard
END OF ITEM T-904
Section T-904 - 4
I
' ITEM T-905
TOPSOILING
DESCRIPTION
' 905-1.1 This item shall consist of preparing the ground surface
for topsoil application, removing topsoil from designated
stockpiles or areas to be stripped on the site, and placing and
spreading the topsoil on prepared areas in accordance with this
specification at the locations shown on the plans or as directed by
the Engineer.
MATERIALS
905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with
no admixture of refuse or any material toxic to plant growth, and
it shall be reasonably free from subsoil and stumps, roots, brush,
stones (2 inches or more in diameter), clay lumps or similar
' objects. Brush and other vegetation which will not be incorporated
with the soil during handling operations shall be cut and removed.
Ordinary sods and herbaceous growth such as grass and weeds are not
to be removed but shall be thoroughly broken up and intermixed with
the soil during handling operations. The organic content shall be
not less than 3% nor more than 20% as determined by the wet -
combustion method (chromic acid reduction). There shall be not
' less than 20% nor more than 80% of the material passing the 200
mesh sieve as determined by the wash test in accordance with ASTM
C 117.
Natural topsoil may be amended by the Contractor with approved
materials and methods to meet the above specifications.
' 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance
of the bid, the Engineer shall be notified of the source of topsoil
to be furnished by the Contractor. The topsoil shall be inspected
to determine if the selected soil meets the requirements specified
and to determine the depth to which stripping will be permitted.
At this time, the Contractor may be required to take representative
soil samples from several locations within the area under
consideration and to the proposed stripping depths, for testing
purposes as specified in 905-2.1.
CONSTRUCTION METHODS
905-3.1 GENERAL. Areas to be topsoiled shall be shown on the
plans. If topsoil is available on the site, the location of the
stockpiles or areas to be stripped of topsoil and the stripping
depths shall be shown on the plans.
Li
Section T-905 - 1
I
Suitable equipment necessary for proper preparation and treatment
of the ground surface, stripping of topsoil, and for the handling
and placing of all required materials shall be on hand, in good
condition, and approved by the Engineer before the various
operations are started.
905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to
dumping and spreading the topsoil on any area, the surface shall be
loosened by discs or spike -tooth harrows, or by other means
approved by the Engineer, to a minimum depth of 2 inches to
facilitate bonding of the topsoil to the covered subgrade soil.
The surface of the area to be topsoiled shall be cleared of all
stones larger than 2 inches in any diameter and all litter or other
material which may be detrimental to proper bonding, the rise of
capillary moisture, or the proper growth of the desired planting.
Limited areas, as shown on the plans, which are too compact to
respond to these operations shall receive special scarification.
Grades on the area to be topsoiled, which have been established by
others as shown on the plans, shall be maintained in a true and
even condition. Where grades have not been established, the areas
shall be smooth -graded and the surface left at the prescribed
grades in an even and properly compacted condition to prevent,
insofar as practical, the formation of low places or pockets where
water will stand.
905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from
designated areas, any vegetation, briars, stumps and large roots,
rubbish or stones found on such areas, which may interfere with
subsequent operations, shall be removed using methods approved by
the Engineer. Heavy sod or other cover, which cannot be
incorporated into the topsoil by disking or other means shall be
removed.
When suitable topsoil is available on the site, the Contractor
shall remove this material from the designated areas and to the
depth as directed by the Engineer. The topsoil shall be spread on
areas already tilled and smooth -graded, or stockpiled in areas
approved by the Engineer. Any topsoil stockpiled by the Contractor
shall be rehandled and placed without additional compensation. Any
topsoil that has been stockpiled on the site by others, and is
required for topsoiling purposes, shall be removed and placed by
the Contractor. The sites of all stockpiles and areas adjacent
thereto which have been disturbed by the Contractor shall be graded
if required and put into a condition acceptable for seeding.
905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on
the prepared areas to a uniform depth of 6 inches after compaction,
unless otherwise shown on the plans or stated in the special
provisions. Spreading shall not be done when the ground or topsoil
is frozen, excessively wet, or otherwise in a condition detrimental
to the work. Spreading shall be carried on so that turfing
Section T-905 - 2
I
Ioperations can proceed with a minimum of soil preparation or
tilling.
After spreading, any large, stiff clods and hard lumps shall be
broken with a pulverizer or by other effective means, and all
stones or rocks (2 inches or more in diameter), roots, litter, or
I any foreign matter shall be raked up and disposed of by the
Contractor, after spreading is completed, the topsoil shall be
satisfactorily compacted by rolling with a cultipacker or by other
means approved by the Engineer. The compacted topsoil surface
shall conform to the required lines, grades, and cross sections.
Any topsoil or other dirt falling upon pavements as a result of
hauling or handling of topsoil shall be promptly removed.
METHOD OF MEASUREMENT
I905-4.1 Not Applicable.
BASIS OF PAYMENT
905-5.1 Payment will be made under Bid Item No. 3 "Topsoil
Excavation and Replacement". This price shall be full compensation
for furnishing all materials and for all preparation, placing, and
i spreading of the materials, and for all labor, equipment, tools,
and incidentals necessary to complete the item.
END OF ITEM T-905
I
I
Ii
Section T-905 - 3
II
ITEM T-908
MULCHING
DESCRIPTION
908-1.1 This item shall consist of furnishing, hauling, placing,
and securing mulch on surfaces indicated on the plans or designated
by the Engineer.
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, musty, spoiled, partially
rotted hay, straw, or other materials unfit for animal consumption
will be acceptable. Mulch materials, which contain matured seed of
species which would volunteer and be detrimental to the proposed
overseeding, or to surrounding farm land, will not be acceptable.
Straw or other mulch material which is fresh and/or excessively
brittle, or which is in such an advanced stage of decomposition as
to smother or retard the planted grass, will not be acceptable.
a. Hay. Hay shall be native hay, sudan grass hay, broomsedge
hay, legume hay, or similar hay or grass clippings.
b. Straw. Straw shall be the threshed plant residue of oats,
wheat, barley, rye, or rice from which grain has been removed.
C. Hay Mulch Containing Seed. Hay mulch shall be mature hay
containing viable seed of native grasses or other desirable species
stated in the special provisions or as approved by the Engineer.
The hay shall be cut and handled so as to preserve the maximum
quantity of viable seed. Hay mulch which cannot be hauled and
spread immediately after cutting shall be placed in
weather -resistant stacks or baled and stored in a dry location
until used.
d. Asphalt Hinder. Asphalt binder material shall conform to
the requirements of ASTM D 977, Type SS -1 or RS -1.
U. Erosion Control Matting. Knitted Yarn and Paper Fabric
Matting. The material shall consist of a knitted construction of
polypropylene yarn with uniform openings interwoven with strips of
biodegradable paper. The material shall be packaged to provide
suitable protection for outdoor storage with no deterioration of
the yarn or interwoven paper.
The material shall be furnished in rolled strips meeting the
following requirements:
Width
5' ± 1"
or 10' ±
1'
Weight
Minimum
0.085 lbs
per sq. yard.
Section T-908 - 1
I
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.
CONSTRUCTION METHODS
' 908-3.1 MULCHING. Before spreading mulch, all large clods,
stumps, stones, brush, roots, and other foreign material shall be
' removed from the area to be mulched. Mulch shall be applied
immediately after seeding. The spreading of the mulch may be by
hand methods, blower, or other mechanical methods, provided a
uniform covering is obtained.
Mulch material shall be furnished, hauled, and evenly applied on
the area shown on the plans or designated by the Engineer. Straw
or hay shall be spread over the surface to a uniform thickness at
the rate of 2 to 3 tons per acre to provide a loose depth of not
less than 1-1/2 inches nor more than 3 inches. Other organic
' material shall be spread at the rate directed by the Engineer.
Mulch may be blown on the slopes and the use of cutters in the
equipment for this purpose will be permitted to the extent that at
least 95% of the mulch in place on the slope shall be 6 inches or
' more in length. When mulches applied by the blowing method are
cut, the loose depth in place shall be not less than 1 inch nor
more than 2 inches.
' 908-3.2 SECURING MULCH. The mulch on normal slopes of less than
5:1 shall be held in place by light discing, asphalt binder, or
other adhesive material approved by the Engineer. The mulch on the
' channels slopes shall be held in place by erosion control matting
as 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/her operations.
' 908-3.3 EROSION CONTROL MATTING The matting shall not be applied
until the area has been properly shaped, fertilized, seeded,
mulched, or sodded as specified on the plans.
' In ditch applications, the matting shall be applied parallel to the
direction of flow. A trench 4" in depth and 1' in width shall be
excavated at the bottom of the slope and approximately 1' back of
' the top of the slope. Fold, place, and fasten the matting every 9"
in the trench and cover the soil.
' Section T-908 - 2
11
I
Matting lengths placed side by side or end to
a minimum of 4 inches. Up grade sections shall
down grade sections.
Each length of matting shall be anchored in 3
placed on 3' centers along each edge and in the
ends shall be fastened on 9" centers across the
shall be applied from the bottom to the top of
The matting shall be draped loosely so
longitudinal, is introduced and close
maintained after subsequent shrinkage
looseness shall be obtained by setting
6' every 12' as it is unrolled.
908-3.3 CARE AND REPAIR.
a. The Contractor shall care
final acceptance of the project.
providing protection against traff,
warning signs, as approved by the
barricades that may be shown on the
after mulching has been completed on
end shall be lapped '
be placed on top of
rows with fasteners
center. Overlapped
matting. Fasteners
the slope.
that no tension, lateral or
contact with the soil is
of the paper fabric. This
the roll back approximately
for the mulched areas until
Such care shall consist of
Lc or other use by placing
Engineer, and erecting any
plans before or immediately
the designated areas.
b. The Contractor shall be required to repair or replace any
mulching and matting 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/her 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.
a. 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
Section T-908 - 3
I
I
I
I
I
I
II
Li
II
I
fl
II
I
shall be required. A pump or an air compressor of adequate
capacity shall be used to insure uniform distribution of the
bituminous material.
d. If the "asphalt mix'' method is used, the mulch shall be
applied by blowing, and the asphalt binder material shall be
sprayed into the mulch as it leaves the blower. The binder shall
be uniformly applied to the mulch at the rate of approximately 8.0
gallons per 1,000 square feet or as directed by the Engineer, with
a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000
square feet depending on the type of mulch and the effectiveness of
the binder securing it.
908-4.1 Mulching shall be considered as subsidiary to Bid Item No.
41 for seeding.
908-4.2 The quality of Erosion Control Matting shall be measured
as the number of square yards of matting installed and measured on
the seeded and mulched channel slopes.
908-5.1 Payment for mulching shall be made under Bid Item No. 41
Seeding. The 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.
908-5.2 Payment for Erosion Control Matting shall be made at the
contract unit price per square yard for erosion control matting.
This price shall be full compensation for furnishing all materials,
for preparation, excavation, installation, and for all labor,
equipment, tools, and incidentals necessary to complete this item.
Payment will be made under:
Bid Item No. 42 Erosion Control Matting --per square yard
END OF ITEM T-908
Section T-908 - 4
Ij
I
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 materials covered by other
referenced specifications shall be subject to acceptance through
manufacturer's certification of compliance with the applicable
specification, when requested by the Engineer.
108-2.2 CABLE. Underground cable shall conform 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 83 and B8, No. 6 AWG.
1
Section L-108 - 1
I
I
108-2.4 CABLE CONNECTIONS. In -line connections of underground
primary cables shall be "cast splice". A cast splice, employing a
plastic mold and using epoxy resin equal to that manufactured by
Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No.
82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy
Splice" Kit No. E1135, for potting the splice is approved.
CONSTRUCTION METHODS
108-3.1 GENERAL. The Contractor shall install the specified cable
at the approximate locations indicated in the Plans. The Engineer
shall approve specific locations.
108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the
installation of the cable in duct as described below. The maximum
number and voltage ratings of cables installed in each single duct
' and the current -carrying capacity of each cable shall be in
accordance with the latest National Electric Code, or the code of
the local agency having jurisdiction.
' The Contractor shall make no connections or joints of any kind in
cables installed in conduits or ducts.
The duct or conduit shall be installed as a separate item in
accordance with Item L-110, "Installation of Airport Underground
Electrical Duct." The Contractor shall make sure that the duct is
' open, continuous, and clear of debris before installing cable. The
cable shall be installed in a manner to prevent harmful stretching
of the conductor, injury to the insulation, or damage to the outer
' protective covering. The ends of all cables shall be sealed with
moisture -seal tape before pulling into the conduit and it shall be
left sealed until connections are made. Where more than one cable
is to be installed in a duct under the same contract, all 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 18 inches
below finished grade.
I
Section L-108 - 2
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.S BACIFILLING CABLE TRENCHES NOT WIDER 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.
Section L-108 - 3
Li
' 108-3.7 CABLE MARKERS. Not Required.
' 108-3.8 SPLICING. Connections shall be of the cast splice type.
They shall be made by experienced personnel regularly engaged in
this type of work.
' Splices shall be made by using crimp connectors for jointing
conductors. Molds shall be assembled, and the compound shall be
mixed and poured in accordance with manufacturer's instructions and
' to the satisfaction of the Engineer.
108-3.9 BARE COUNTERPOISE WIRE INSTALLATION. As shown in the
' Plans, a stranded bare copper wire, No. 6 AWG size, shall be
installed for lightning protection of the underground cables. The
bare counterpoise wire shall be installed in the same trench and
.duct for the entire length of the insulated cables it is designed
' to protect, and where practicable, shall be placed at a distance of
approximately 4 inches from the insulated cable.
' Splices of counterpoise wire shall be made with brass type
compression connectors approved by the Engineer.
108-3.10 TESTING. The Contractor shall furnish all necessary
' equipment and appliances for testing the underground cable circuits
after installation. The Contractor shall test and demonstrate to
the satisfaction of the Engineer the following:
' (a) That all lighting power circuits are continuous and free
from short circuits.
' (b) That all circuits are free from unspecified grounds.
(c) That the insulation resistance to ground of all
' nongrounded series circuits is not less than 50 megohms.
(d) That the insulation resistance to ground of all
nongrounded conductors of multiple circuits is not less than 50
megohms.
(e) That all circuits are properly connected.
(f) That all circuits are operable. Tests shall be conducted
that include operating each control not less than 10 times and the
' continuous operation of each lighting and power circuit for not
less than 1/2 hour.
' EA METHOD OF MEASUREMENT
108-4.1 The quantity of trench to be paid for shall be the linear
feet of trench, including the excavation, backfill, and
' reconditioning, completed, measured as excavated, and accepted as
satisfactory. This work shall be paid for as a part of the payment
' Section L-108 - 4
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.
108-4.4 Separate measurement shall be made for each underground
electrical duct. See Section L-110.
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, installed by the Contractor and accepted by the
Engineer or Owner. 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. 46 #8 AWG, 5000v L-834 Underground Cable,
installed in trench or duct, per linear
foot
Bid Item No. 47 #6 AWG Bare Stranded Counterpoise Wire,
installed in trench or duct, per linear
foot.
Bid Item No. 48 Cable Trench, per linear foot
END OF ITEM L-108
Section L-108 - 5
L -A
' L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT
DESCRIPTION
110-1.1 This item shall consist of constructing underground
'
electrical ducts in accordance with this Specification at the
locations and in accordance with the dimensions, designs, and
details shown in the Plans. This item shall include the
' installation of all underground electrical ducts or underground
conduits. It shall also include all trenching, backfilling,
removal, concrete encasement, installation of steel drag wires and
duct markers, capping, and the testing of the installation as a
completed duct system ready for installation of cables, to the
satisfaction of the Engineer.
EQUIPMENT AND MATERIALS
110-2.1 GENERAL. All equipment and materials covered by referenced
' Specifications shall be subject to acceptance through
manufacturer's certification of compliance with the applicable
specification when so requested by the Engineer.
' 110-2.2 PLASTIC CONDUIT. Plastic conduit and fittings shall
conform to the requirements of Fed. Spec. W -C-1094 and shall be
Type I, suitable for underground use either directly in the earth
' or encased in concrete.
CONSTRUCTION METHODS
' 110-3.1 GENERAL. The Contractor shall install underground ducts at
the approximate locations indicated in the Plans. The Engineer
shall approve specific locations as the work progresses. Ducts
' shall be of the size, material, and type indicated in the Plans or
Specifications. All duct lines shall be laid so as to grade toward
duct ends for drainage. Grades shall be at least 3 inches per 100
' feet. On runs where it is not practicable to maintain the grade
all one way, the duct lines shall be graded from the center in both
directions toward duct ends. Pockets or traps where moisture may
accumulate shall be avoided.
All ducts installed shall be provided with a No. 10 gauge
galvanized iron or steel drag wire for pulling the permanent
' wiring. Sufficient length shall be left in manholes or handholes
to bend the drag wire back to prevent it from slipping back into
the duct. Where spare ducts are installed, as indicated on 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.
Section L-110 - 1
All ducts shall be securely fastened in place during construction
and progress of the work and shall be plugged to prevent seepage of
grout, water, or dirt. Any duct section having a defective joint
shall not be installed.
All ducts, except PVC conduit, installed under the apron area shall
be encased in a concrete envelope. PVC conduit under the apron
area shall be backfilled with crushed aaareaate. 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 manua
trenching equipment. Walls of trenches
vertical so that a minimum of shoulder
Blades of road patrols or graders shall not
trench. The Contractor shall ascertain the
be excavated before bidding.
lly or with mechanical
shall be essentially
surface is disturbed.
be used to excavate the
type of soil or rock to
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 in accordance with
Section P-610.
110-3.3 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.
Section L-110 - 2
The Contractor shall impress the work "DU
He shall also impress on the slab the it
beneath the marker. The letters shall
inches wide with width of stroke 1/2 -inch
large as the available space permits.
BACEBILLING. After concrete -encased ducts have been
installed and the concrete has had time to set, the trench
backfilled in 8 -inch loose layers with crushed stone
• compacted to the required density (P-209). If necessary
i the desired compaction, the backfill material shall be
• or aerated as required.
not be excessively wet a
backfilling operations.
The trench shall be completely backfilled and tamped level with
adjacent surface: except that, when sod is to be placed over
trench, the backfilling shall be stopped at a depth equal to
thickness of the sod to be used, with proper allowance
settlement.
Any excess
excavated material
shall
be
removed and d
accordance
with instructions
issued
by
the Engineer.
110-3.5 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.
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 with duct markers, and
accepted. Separate measurement shall be made for the various types
and sizes.
110-5.1 Payment will be made at the contract unit price for each
type and size of duct and conduit completed and accepted. This
price shall be full compensation for furnishing all materials
(including crushed aggregate), and for all preparation, assembly,
and installation of these materials, and for all labor, equipment,
tools, and incidentals necessary to complete this item. Concrete
for encasement, where required, shall also be included in the bid
price per linear foot of duct.
Payment will be made under:
Bid Item No. 49 4 -Way Encased Electrical Duct, per Linear
Foot.
END OF ITEM L-110
Section L-110 - 4
Li
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.
125-1.2 Additional details pertaining to a specific system covered
in this item are contained in the advisory circulars listed below.
' 125-1.3 AC 150/5340-24, Runway and Taxiway Edge Lighting System.
125-1.4 AC 150/5343-18B, Standards for Airport Sign Systems.
125-1.5 AC 150/5345-26B, Specification for L-823 Plug and
Receptacle, Cable Connectors.
125-1.6 AC150/5345-42C, Specification for Airport Light bases,
Transformer Housings, Junction Boxes, and Accessories.
125-1.7 AC150/5345-46A, Specification for Runway and Taxiway Light
Fixture.
125-1.8 AC150/5345-47A, Isolation Transformers for Airport
Lighting Systems.
125-1.9 AC150/5345-48, Specification for Runway and Taxiway
Lights.
EQUIPMENT AND MATERIALS
iflflflgweJ! a;3S OF,
(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.
(a) Lists of the equipment and materials required for a
particular system are contained in the applicable advisory
circulars.
Section L-125 - 1
125-2.2 TAPE. Rubber and plastic electrical tapes shall be Scotch
Electrical Tape Numbers 23 and 88, respectively, as manufactured by
the Minnesota Mining and Manufacturing Company, or an approved
equal.
125-2.3 CONCRETE. Concrete for backfill shall be proportioned in
accordance with Section P-610.
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 CGS cable connector
with neoprene rubber bushing.
125-2.6 TEES. Large radius bend tees, if specified, shall be
equal to Crouse -Hinds Company No. ET -43.
125-2.7 REGULATORS. The Taxiway Regulator shall be size 4 kw Type
I, Class I, Style I. The constant current regulator shall be
manufactured according to FAA Specification L-828, Constant Current
Regulators.
CONSTRUCTION METHODS
125-3.1 GENERAL. The installation and testing details for the
systems shall be as specified in the Plans or applicable advisory
circulars.
125-3.2 PLACING LIGHTS. The light fixtures shall be installed at
the location indicated in the Specifications and according to the
details given in the Plans.
125-3.3
INSTALLING
REGULATORS.
The regulator
shall be installed
on the
floor of the
enclosure as
shown on the
Drawings.
125-4.1. The quantity of lights, bases, signs, sign legends, and
accessories to be paid for under these items shall be the number of
each type installed as completed units in place, ready for
operation, and accepted by the Engineer or Owner.
BASIS OF PAYMENT
125-5.1 Payment will be made at the contract unit price for each
complete item 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.
Section L-125 - 2
Payment will
be
made under:
Bid
Item
No.
51
Relocate Taxiway Light, Stake & Transformer,
per each
Bid
Item
No.
52
New Taxiway Lights, L -861T, per each
Bid
Item
No.
53
Adjust Runway Threshold Lights & Bases to
Grade, per each
Bid
Item
No.
54
Relocate Existing L-858 2 -Panel Sign, per each
Bid
Item
No.
55
Relocate Existing L-858 3 -Panel Sign. per each
Bid
Item
No.
56
Remove 2 Panels of 4 -Panel Sign, per each
Bid
Item
No.
57
New L-858 Sign Legend, 1 Panel Wide, per each
Bid
Item
No.
58
New L-858 Sign Legend, 2 Panels Wide, per each
Bid
Item
No.
59
New L-858 Sign Legend, 3 Panels Wide, per each
Bid
Item
No.
60
New L-858 Sign, size 1, Style 2, class 2, 2 -
Panels Wide, per each
Bid
Item
No.
61
New L-858 Sign, Size 1, style 2, Class 2, 3 -
Panels Wide, per each
Bid
Item
No.
62
30 -inch Metal Stake, Screw Mount Type, per
each
Bid
Item
No.
63
Medium Intensity Light Base W/ Fixture
Attachment, L-867, Size B, Class I or II, per
each
END OF ITEM L-125
Section L-125 - 3
SOIL STABILIZATION FABRIC
DESCRIPTION
This item shall consist of furnishing and installing sail
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, if any, fabric will be needed for this project.
MATERIALS
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 submittals 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 than 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.
L.
Payment for the soil stabilization fabric shall be made for the
number of square yards completed and installed as measured in place
excluding all laps in the fabric and acceptance of the work by the
Engineer. The quantity given is to establish a unit price for this
item of work.
BASIS OF PAYMENT
Payment shall be made according to the unit price bid in the
Proposal. Payment under this item shall be full compensation for
furnishing of all materials, labor, and other incidentals necessary
to complete this form.
Payment shall be made under:
Bid Item No. 12 soil Stabilization Fabric,
square yard.
END OF SECTION
per
- 2 -
SECTION 16111
CONDUIT
PART 1 GENERAL
1.01
WORK INCLUDED
A.
Rigid metal conduit and fittings.
B.
Intermediate metal conduit and fittings.
C.
Electrical metallic tubing and fittings.
D.
Flexible metal conduit and fittings.
E.
Liquidtight flexible metal conduit and fittings.
F.
Non-metallic conduit and fittings.
1.02
RELATED WORK
A.
Section 01010 - Cutting and Patching.
1.03
REFERENCES
A.
ANSI C80.1 - Rigid Steel Conduit, Zinc -Coated.
B.
ANSI C80.3 - Electrical Metallic Tubing, Zinc -Coated.
C.
ANSI C80.5 - Rigid Aluminum Conduit.
D.
ANSI/NEMA FB 1 - Fittings and Supports for Conduit and
Cable Assemblies.
E.
NEMA TC 3 - PVC Fittings for use with rigid PVC conduit
and tubing.
PART 2 PRODUCTS
2.01 RIGID METAL CONDUIT AND FITTINGS
A. Rigid Steel Conduit: ANSI 080.1.
B. Rigid aluminum Conduit: ANSI C80.5.
C. PVC Externally Coated Conduit: NEMA RN 1; rigid steel
conduit with external 20 mil PVC coating and internal
galvanized surface.
Section 16111 - 1
D.
Fittings and Conduit Bodies: ANSI/NEMA FB 1; threaded
type, material to match conduit.
2.02
INTERMEDIATE METAL CONDUIT (IMC) AND FITTINGS
A.
Conduit: Galvanized steel.
B.
Fittings and Conduit Bodies: ANSI/NEMA FB 1; use
fittings and conduit bodies specified above for rigid
steel conduit.
2.03
ELECTRICAL METALLIC TUBING (EMT) AND FITTINGS
A.
EMT: ANSI C80.3 galvanized tubing.
B.
Fittings and "Conduit Bodies: ANSI/NEMA FB 1; steel or
malleable iron, compression set screw type.
2.04
FLEXIBLE METAL CONDUIT AND FITTINGS
A.
Conduit: steel.
B.
Fittings and Conduit Bodies: ANSI/NEMA FB 1.
2.05
LIQUIDTIGHT FLEXIBLE CONDUIT AND FITTINGS
A.
Conduit: Flexible metal conduit with PVC jacket.
B.
Fittings and Conduit Bodies: ANSI/NEMA FB 1.
2.06
PLASTIC CONDUIT AND FITTINGS
A.
Conduit: NEMA TC 2; Schedule 40 PVC.
B.
Fittings and Conduit Bodies: NEMA TC 3.
2.07
CONDUIT SUPPORTS
A.
Conduit Clamps, Straps, and Supports: Steel or malleable
iron.
PART 3 EXECUTION
3.01 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT
A. If not indicated on the Drawings, size conduit for
conductor type installed; 3/4 inch minimum size.
B. Arrange conduit to maintain headroom and present a neat
appearance.
Section 16111 - 2
I
C
C. Route exposed conduit parallel and perpendicular to walls '
and adjacent piping.
D. Maintain minimum 6 inch clearance between conduit and
piping. Maintain 12 inch clearance between conduit and
heat sources such as flues, steam pipes, and heating
appliances. '
E. Arrange conduit supports to prevent distortion of
alignment by wire pulling operations. Fasten conduit
using galvanized straps, lay -in adjustable hangers,
clevis hangers, or bolted split stamped galvanized
hangers.
F. Group conduit in parallel runs where practical and use
conduit rack constructed of steel channel with conduit
straps or clamps. Provide space for 25 percent
additional conduit.
G. Do not fasten conduit with wire or perforated pipe
straps. Remove all wire used for temporary conduit
support during construction, before conductors are
pulled.
3.02 CONDUIT INSTALLATION
A. Cut conduit square using a saw or pipecutter; de -burr cut
ends.
B. Bring conduit to the shoulder of fittings and couplings '
and fasten securely.
C. Use conduit hubs or sealing locknuts for fastening
conduit to cast boxes, and for fastening conduit to sheet
metal boxes in damp or wet locations.
D. Install no more than the equivalent of four 90 degree
bends between boxes.
E. Use conduit bodies to make sharp changes in direction, as
around beans. ,
F. Use hydraulic one-shot conduit bender or factory elbows
for bends in conduit larger than 2 inch size.
G. Avoid moisture traps where possible; where unavoidable,
provide junction box with drain fittings at conduit low
point.
H. Use suitable conduit caps to protect installed conduit
against entrance of dirt and moisture.
Section 16111 - 3
Il
I
I. Provide No. 12 AWG insulated conductor or suitable pull
string in empty conduit, except sleeves and nipples.
' J. Install expansion joints where conduit crosses building
expansion joints.
' K. Where conduit penetrates fire -rated walls and floors,
seal opening around conduit with UL listed foamed
silicone elastomer compound.
' L. Route conduit through roof openings for piping and
ductwork where possible; otherwise, route through roof
jack with pitch pocket.
N. Use PVC -coated rigid steel factory elbows for bends in
plastic conduit runs longer than 100 feet, or in plastic
' conduit runs which have more than two bends regardless of
length.
IN. Wipe plastic conduit clean and dry before joining. Apply
full even coat of cement to entire area that will be
inserted into fittings. Let joint cure for 20 minutes
minimum.
L
L
O. All underground steel conduit not encased in concrete and
in wet locations where steel conduit enters concrete or
ground, apply a field coat of bitumastic material No. 550
after installation. Coating shall cover conduit and
fittings and be completely dry before backfilling.
' 3.03 CONDUIT INSTALLATION SCHEDULE
I
I
I
[]
I
I
7
A. Underground Installations More Than Five Feet From
Foundation Wall: Rigid steel conduit, intermediate metal
conduit, plastic -coated rigid steel conduit, Schedule 40
plastic conduit, Type A plastic conduit encased in
concrete envelope.
B. Installations In or Under Concrete Slab, or Underground
Within Five Feet of Foundation Wall: Rigid steel
conduit, intermediate metal conduit, schedule 80 plastic
conduit, or Schedule 40 plastic conduit encased in
concrete envelope.
C. In Slab Above Grade: Rigid steel conduit, electrical
metallic tubing, intermediate metal conduit.
D. Exposed Outdoor Locations: Rigid steel or aluminum
conduit, intermediate metal conduit, electrical metallic
tubing.
Section 16111 - 4
L
I
E. Wet Interior Locations: Rigid steel or aluminum conduit,
intermediate metal conduit, electrical metallic tubing.
F. Concealed Dry Interior Locations: Rigid steel or
aluminum conduit, intermediate metal conduit, electrical
metallic tubing.
G. Exposed Dry Interior Locations: Rigid steel or aluminum
conduit, intermediate metal conduit, electrical metallic
tubing.
3.04 MEASURMENT AND PAYMENT
A. The conduit paid for shall be the linear footage measured
as installed.
B. Payment shall be made at the contract unit price per
linear foot which price and payment shall be full
compensation for furnishing and placing all materials and
for all labor, equipment, tools, and incidentals
necessary to complete the work prescribed in this item.
C. Payment will be made under:
Bid Item No. 50 1" Sch. 4C PVC conduit, per linear
foot.
END OF SECTION ' I
L
Section 16111 - 5 '
1l
1
♦Q ice. a/� �:�
APPENDICES
0 4 AdvisoryUSOeporirnent Circular
Administration
1
Subject: APPROVED AIRPORT EQUIPMENT Date: 2/20/89 AC No: 150/5345-IU
Initiated by: AAS-200 Change:
Ii. PURPOSE. This advisory circular (AC) contains a listing of manufacturers that have obtained qualifi-
cation approval to specifications for airport equipment. This equipment may be funded for installation under
Federal grant assistance programs for airports.
' 2. CANCELLATION. This advisory circular cancels AC 150/5345 -IT, Approved Airport Lighting
Equipment, dated July 19, 1988.
3. PRINCIPAL CHANGES. Several additions and deletions have been made to the lists of qualified man-
ufacturers. The revised list reflects changes made through December 31, 1988.
NOTICE• The Approval Listing for Cables (AC 1S0/S345-7D) will no longer be listed in this
' Advisory Circular.
4. APPROVED EQUIPMENT BULLETIN BOARD. The approval list is now available through a com-
puter bulletin board which permits access to up-to-date listings. The communication software used must
' emulate the Data General. Two known communication packages are "Sofierni' and -Smarterm." The log -
on procedure is as follows:
' PHONE: 202-426-0477
When connected enter (return)
NAME: AAS200. SCOOP
PASSWORD: AIRPORT 88
Leonard E. Mudd
Director, Office of Airport Safety & Standards
1
I
7
2/20/89 AC 150/5345-IU
I
CONTENTS
SECTION I -AIRPORT LIGHTING EQUIPMENT ,
L-801 - Beacons (AC 150/5345-12C) ..............................................-... 1
.......................... .
L-802 - Beacons, High Intensity (AC 150/5345-12C) ......................... .......................................... 2
L-804 - Light, Holding Position Edge (AC 150/5345-46A)........... ..............................................
Wind Cones, Frangible (AC 150/5345-27C) ......• ••.• • -
L-806 g ......................
L-807 - Wind Cones, Rigid (AC 150/5345-27C) ..........................................3
L-810 - Lights, Obstruction (AC 150/5345-43C).................................................................................... 3
L-821 - Panel. Airport Lighting Control (AC I50/5345-3D)................................................................ 4
L-823 - Connectors, Cable (AC 150(5345-26B).................................................................................... 4
L-827 - Monitor, Regulator (AC 150/5345-10E)..-..- ............................. 5
L.-829 - Regulators, Constant Current (AC 150/5345-10E).................................................................... 6
L-829 - Regulators, Constant Current.. with Monitor (AC 150/5345 -ICE) ........................................... 7
L-830 - Transformers, Isolation, 60 Hz (AC 150/5345-47)................................................................. 7
L-831 - Transformers, Isolation, 50 H7 (AC 150/5345-47) ............................................................S
8
L-841 - Cabinet, Auxiliary Relay (AC 150/5345-I3A)..................................................................... 8
L-847 - Switch, Circuit Selector (AC 150/5345-5A) .................................................
............. 8
L-849 - Lights. Runua5 End ]dentification (AC 150/534.` 51) ..................................................S
9
..........................................
L-850 - Lights, Runway. Inpavemer' (AC 150/5345-46A)........................................................... 10
L-852 - Lights, Taxiway, Inpavement (AC 150/5345-46A)...........................................II
L -R53 - Markers. Retroreflective (AC 150/5345-39B)........... I I
L-854 - Radio Controllers (AC 150/5345-49A)............................................................... ............. i2
L -E56 - Lights, Obstruction, High Intensity (AC 15U/ 4 t ; ........... 12
L-958 - Signs, Taxiway Guidance (AC 150/5345-44D).......................................................................... 12
L-859 - Lights, Flashing. Omnidirectional (AC 150/5345-51)............................................................... 13
L-860 - Lights, Runway Edge, Low Intensity (AC 150/5 345-46A1 ................................. 13
L-861 - Lights, Runway & Taxiway Edge Medium Intensity (AC 150/5345-46A) ........................... 14
L-862 - Lights, Runway Edge. High Intensity (AC 150/5345 -46A) ..................................................... I5
L-266 - Lights, Obstruction, Medium Intensity (AC 150/5345-43C)...................................................IS
L-867 - LAghl Rase, Non -load Bearing (AC 150/5345-4213)......_.......................................................V
L-868 - Light Base, Load Bearing (AC 150/5345-42B) ...... ..................................................... to
L-869 - Junction Boxes (AC 150/5345-42B)...............................................................4..................... 16
L-880 - Precision Approach Path Indicator (AC 150/5345 -28D) ......................................................19
I. 881 - Precision Approach Path Indicator. Abbreviated (AC 150/5345-28D) ..................................19
L-882 - Generic Visual Approach Descent Indicator (AC 150/5345-52) .............................................19
L-883 - Generic Visual Approach Descent Indicator (AC 150/5345-52) ..........................................20
Light Structure, Lightweight Approach (AC 150/5345-45)........................................................................ 20
Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR)
(FAA -E -2325d) ................. 20
LampDescriptions..................................................................................... ........................................... 21
iii ,
an icnisan5-IU
2/20/89
I
1
1
1
1
SECTION II -FRICTION MEASURING EQUIPMENT
(AC 150/5320-12A)
FrictionMeasuring Device............................................................................................................................
SECTION III -AUTOMATIC WEATHER MEASURING SYSTEMS (AWOS)
(AC 150/5220-16)
22
Automatic Weather Observing System........................................................................................................... 23
APPENDICES
Appendix 1. Address List of Equipment Manufacturers (3 pages)
Appendix 2. Qualification Procedures (3 pages)
Appendix 3. Specification for Lamp Life Test Procedure (3 pages)
iv
2/20/89 AC 150/5345-1U
Ii
I
I
I
I
I
NOTICE TO USERS '
The specification for each piece of equipment m this document is contained in the advisory circular given at
the lop of the product lisi. The equipment specification defines the type, class, and style classifications used
in the listing. Not all combination, of :'.p-. cass, and style are permissible ---the equipment specification
should consulted for approved equipment configurations. For the sake of brevity, manufacturers who
have qualified an entire equipment series or product line have the equipment listed under a single general
calator nur..hc:. I17e,c general numbers are not intended for use in ordering equipment, and users should
consuh equipment manufacturers' catalogs or literature for complete ordering information, especially for
equipment having options: features.
For airport lighting fixtures, the number in parentheses ( ) after the manufacturer's catalog number
indicates the specific lamp type approved for use in the equipment. A descriplior of each ]amp is given on
pages 21 and 22.
C
I
I
I
I
v (and vi) I
2/20/89
AC 150/5345-1U
SECTION I - AIRPORT LIGHTING EQUIPMENT
L -801 —Beacons, Medium Intensity
(AC 150/5345-12C)
Manufacturer
Type L -801A
Class 1 I Clau 2
ADS-
80112,
ALNACO,
44D0793 -
Inc.
X(88)
80114,
44D0221 -
X(88)
80116,
44D0414-
X(67,89)
Appollo
0200 Series
Lighting
1(85,86)
Co.
Godfrey
GEA30-2(88) 1 GEA30-2(88)
Engineer-
GEA30-3(88) GEA30-3(88)
ing. Inc.
Manairco,
AB-I000D
Inc.
I (88)
AB -1000F
(88)
National
N -1000A(88)
Airport
N-I000A4(88)
Equipment
I
Co.
Manufacturer's catalog number
Type L -801s
Class 1 Clue 2
80132,
44D1032 -
X(88)
0200 Series
(85.86)
AB-1000DS
(88)
AD -WOOFS
(88)
N -1000S(88)
• Type L -801H
Clus 1 Clue 2
80123,
44D0808 -
X(88)
GEA30-1(87)
GEA30-1(87)
AB -500H
(87)
1
AC 150/5345-1U
M, nufactu rer
ADB—ALNACO,
Inc.
Crouse —Hinds
Navigation Aids
National Airport
Equipment Co.
L -802 —Beacons, High Intensity
(AC 150/5345 12Q
Manufacturer's catalog number
Type L -$C2 l )pe L-SO2S
Class I Class2 Claar 1 Cuss?
S02XX, 802XX,
441)1500- I 44D 1500•
1 XX(67) 2X X(67)
65000-G r 65000--G-1 ' 65000-Y 65000-Y-1
(60,61) (60,61) (60,61) (60.61)
N-36(60,61) N-36(60,61)
L -804 —Light, Holding Position Edge
(AC 150/53.15—a6A)
2/20/89
Type L -802H
Class 1 j Cl..t?
Manufacture Mode Maaufacncer'a eaWog oum6er
ADB-ALNACO, Inc. 1,2 804XX-XXXX, 44D126i, 44D1262 (31)
Crouse -Hinds Navigation Aids l 41804 (71)
Man u6nurer
ADB-ALNACO, Inc.
Crouse -Hinds
Navigation Aids
Godfrey Engineering Inc.
E
L -806 --Wind Cones, Frangible
(AC l5a/5345-27C)
Manufacturer' caulog nurrhn
Lighted
Unlightcd
44D1222-3, 4
44D1222-1, 2
80600-1000 Series
80600-2000 Series
71043
71044
3EA-45-FL Series
GEA-45 Series
2/20/89
AC 150/5345-1U
L -807 —Wind Cones, Rigid
(AC 150/5345-27C)
Manufacturer Size
Manufacturers catalog number
Lighted
Unlighted
ADB—ALNACO, Inc. 1
44D0941 -X Series
44D0941 -X Series
80708-1000 Series
80708-2000 Series
2
80712-1000 Series
80712-2000 Series
Behrens Construction, Inc. 2
LGW312S, LGW-312S-OB
Cro+'ce-Hinds I
44481D, 44494B
444S'A. 44483B
Navigatt..n Aids 2
4?310B, 483138
48311b, 483128
Godfrey Engineering Inc. 1
GEA-40-18-FL Series
GEA-40-18 Series
I 1
GEA-40-36-FL Series
GEA-40-36 Series
Manufacturer
ADB-ALNACO, Inc.
Crouse -Hinds
Navigation Aids
Godfrey Engineering Inc.
Hughey & Phillips, Inc.
Killark Electric
Mfg. Co.
TWR Lighting. Inc.
L -810 —Lights, Obstruction
(AC 150/5345-43O)
Manufacturer's catalog number
Single unit
81001-1000, 44C1005 -X (4)
81001-2000 (11)
40940, 50033 (4)
GEA-60-1,-3 (11)
GEA-60-2,-4 (30)(32)
OB20(32)
O821(32)
BYMB-3600-AHQ (30)
OL-1 (32)
Double unit
81002-I000, 44C1007 -X (4)
81002-2000, 44C1532-IXXX (11)
50021 (4)
GEA-61-1,-3 (1I)
GEA-61-2,-4 (30)(32)
0022(32)
OB24(32)
BYMB-36002-AHQ (30)
OL-2 (32)
F1
Joy Manufacturing Co.
AC 150/5345-1U
L -821 —Panel, Airport Lighting Control
(AC :50/5345 31])
Manufacturer
Type
Can
ADB-ALNACO. Inc.
1
1, II I
F,
S.
W
Airport Lighting Control Co.
1
F,
S.
W
Appollo Lighting Co.. Inc.
I.11
F.
S.
W
Associated Engineering Co.
I, Il
I.
S.
W
Crouse -Hinds Navigation Aids
II
F
Eaton Corporation
1, II
F,
5,
W
Godfrey Engineering Inc.
I, II
F,
S,
W
Universe, Inc.
I, II
F.
S.
W
L-823--Connectors,Cable
(AC 150/5345-26B)
2/20/89
Styk
1,2,3
i,2
1,2,3
1,2,3
2,3
1, 3
1,2,3
Manufacturer Type Style aas Manufacmr a atabg
Amerace Corporation (Elastimold) 1I 2 A 54MP
0 13 54KIT
54M R
93MR
9QP
90R
91P
91R
X8077 -257A
X8077 -301A
X8077 -387A
X8077-467
X8405-249
5000112
10518
I0949
3I0XXX
10519
10875
10950
31 0XXX
KD510
KD510. I
KD510.5
KD503
KD502
KD501
KD550I.1
I
3.1
I I
9 I
A
II
8
A
II I
4 I
ii i
it
li
II
5
1i
I] I
12
13
3.10
B
IT I
4
B
II
11
B
Molded Flrririe Products, Inc. II
1
A
i 1
2
A
1
3
B
13
7
A
II
8
A
1
9
A
1
10
B
OY ENSTO AB
I
3,10
B
I
I
3,10
B
I
3,10
B
I1
4
B
U
11
B
II
4
B
II
4
B
4
1
1
1
1
1
1
1
1
i
1
1
i
1
1
1
1
1
1
1
2/20/89
AC 150/5345-1U
L -827 —Monitors, Regulator
(AC 150/5345-IOE)
Manufacturer Manufacturer's catalog numbs Compatible regulator types
ADB-ALNACO, Inc. 44D1282-XX
827XX-XXXX ADB-ALNACO, Inc.
Crouse -Hinds Navigation Aids 31400 Crouse -Hinds Lighting
(formerly Sepco), all
models, wet and dry
Hevi-Duty Electric,
dry models
Hevi-Duty Electric
Multi -Electric Manufacturing
RSML 827AC5
RSML 827AC3
RSMI, 827AC3R
7750-10 and 7750-11
Hevi-Duty SCR3B
series
Hevi-Duty CCR3B
series
Hevi-Duty Electric, oil
cooled
Westinghouse Canada,
Inc. all -dry models
ly
AC 150/5345-1U
2/20/89
L -828 --Regulators, Constant Current
tAC 150/5365-ICF)
Manufacturer
I Rating (kw)
Class
S:yle
I Marefaclurtr'e rsta;og number
ADB—ALNACO, Inc.
4
1
1,2
52604 XXXX, S28T4-XXXX,
44DIOXX-X,44D13XX-XSeries
(Air-cooled)
7t/2
1
1,2
82807-XXXX, 828T7-XXXX
i 44DIOXX-X, 44D13XX-X Series
tO
1
1,2
82810-XXXX, 44DIOXX X,
44D13XX-X Series
15
1,(2)8
1,(2)•
82815-XXXX, 44DI0XX-X Serves
: 44Dl3XX-X Series
20
1,(2)
1,(2)8
, 82220-XXXX, 44DIOXX-X Serves
i 44DI3XX-X Series
30
I,(2)•
1,(2)•
, 82830-XXXX, 44D11XX-X Series
44D13XX-X Series
(Oil -cooled)
50
2
2
82850-XXXX, 44D136X-X Series
70•
2
2
82870-XXXX, 44D136X-X Series
Crouse -Hinds Co.
4
1
1,2
31000-4 Series, 313XX Series
Navigation Aids
7½
1
1,2
31000-7.5 Series, 313XX Series
(Air-cooled)
10
1
1,2
31000-loSenes, 313XX Series
(Oil -cooled)
10
1
2
! 31060 -10 -Series
15
1
2
31060 -15 -Series
20
1,2
2
31060-20 .31060 -21 -Series
30
1,2
2
1 31060 -30 -,3 1061 -3 1 -Series
50
2
2
i 31060 -50 -Series
70
2
2
i 31060 -70 -Series
llevt-Duty Electric
4
1
1,2
; 4L828XXDX Series
(Ai: -Cooled)
7'/.-
1
1.2
7L828XXDX Series
10
1
1,2
IOL828XXDX Series
(Oil -cooled)
10
1
1,2
I0L928XXLX Senes
15
1
1,2
5L828XXLX Series
20
1,2
2
1 20LS28XXLX Series
30
1,2
2
3CL82SXXLX Series
50
2
2
5OLS28XXLX Series
70
2
2
70LS28XXLX Series
Westinghouse
II`
4
1
1.2
W4L82HW. 04L828W Series
Canada. Inc.
7'/2
1
1,2
W7L828\\', 07L828W Series
10
I
1.2
10L828W Series
(All units are air-cooled)
15
1
1.2
15L828W Series
20
1,2
2
20L828W Series
30
1,2
2
30L828W Series
50
2
2
5OL828W Series
70
2
2
70LS28W Series
•Desigr.atton fo[Iewtrg class
number means class has
only the •
style approved.
2/20/89 AC 150/5345-1U
L -829 —Regulators, Monitored Constant Current
(AC 150/5345 -JOE)
Manufacturer Rating Class Style Manufacturer's catalog number
1 ADB-ALNACO, Inc. (Approved for use with all ADB-ALNACO 829XX-XXXX,
L-828 regulators) 44D10XX-X Series
• 44DIIXX-X Series,
44D13XX-X Series
Crouse -Hinds Navigation (Approved for use with all Crouse -Hinds 31060 -CM Series
Aids L-828 regulators)
Hevi-Duty Electric (Approved for use with all Hevi-Duty XXL829XXDX
L-828 regulators) XXL829XXLX
I. Westinghouse Canada, Inc. (Approved for use with all Westinghouse XXL829W Series
Canada L-828 regulators)
L -830 —Isolation Transformers, 60Hz
' (AC 150/5345-47)
L-830 .. Manufacturers catalog number
' Amperes Pri/ Amersce Cott'. Crouse -Hinds
Type Watts Scc I (Eltiasmold Div.) Na Aids on AD13-ALNACO, Inc.
Ards
L -830-I I 30/45 6.6/6.6 TA 045666-01 33001 83001-1XXX, 35000:
I. TA 045666-01(1) 83001-211X, 35CO101
L-830-2 30/45 20/6.6 TA 045266-01 83002-221X, 350)102
L-830-3 65 6.6/6.6 TA 065666-01 33003 183003-111, 3500079
' 83003-211X, 35C0103
L-830-4 100 6.6/6.6 TA 100666-01 33004 83004 -Ill, 35C0080
•'83004-211X,35C0104
' L-830-5 100 I 20/6.6 I TA 100266-01 33005 183005-1130,3500081
• 83005-221X, 35C0105
!. 8.10-6 1 200 6.6/6.6 TA 200666-01 33006 83006-IXXX, 3500082
' 83006-211X, 35C0106
L-830-7 . 200 20/6.6 TA 200266-01 33007 83007-IXXX, 35C0083
83007-221X, 350)107
L-830-8 300 6.6/20 TA 300626-01 33008 83008-212X, 350)108
' L-830-9 300 20/20 TA 300226-01 33009 1830D9-222X*35C0109
L-830-10 300 6.6/6.6 TA 300666-01 33010 83010-1110, 3500086
83010-21 IX, 35C0110
' L-830-11 300 20/6.6 TA 300266-01 83011-1130,350)087
83011-22IX,35O011I
L-830-12 500 6.6/20 TA 500626-01 3012-1120, 3500088
83012-212X,35C0112
L-830-13 500 20/20 TA 500226-01 33013 83013-IXXX, 3500089
83013-"7X, 35C0113
7
AC 150/5345-iU
2/20/89
L -831 --Isolation Transformers. 50Hz
(AC 150/5345-47)
L431
N.ar.ufacturer's c alog number
Type
Watts
Amperes Pri/Sec
Amerace Corp (ElastimoLd Div.)
Crouse -Hinds Nswgation Aids
I--831-1
30/45
6.6/6.6
TA
045666-01
33001
L-831-2
30/45
20/6.6
L-831-3
65
6.6/6.6
TA
065666-01
33003
L-831-4
100
6.6/6.6
TA
100666-01
33004
L-831-5
100
20/6.6
33005
L-831-6
6.6/6.6
TA
200665-0I
33006
I
L-831-7
200
20/6.6
TA
200265-01
33007
L-831-8
300
6.6/20
I
3300S
L-831-9
300
20/20
TA
300225-01
L -830-I0
300
6.6/6.6
TA
300665-01
33010
L -841 --Cabinet, Auxiliary Relay
(AC
150/5345-13A)
Maaufsctarer
Msaufactureri catalog number
ADB-ALNACO, Inc. 84100-0000, 44D1047 -X
Airport Lighting Control Co. 6300, 6301, 6302, 6303
Associated Engineering Co. 714-841
Crouse -hinds Navigation Aids 51503
God (icy Engineering, Inc. GEA 57
Hughey & Phillips, Inc. RC41
L -847 —Switch, Circuit Selector
(AC 150/5345 -SA)
Manufacturer Type C1us Rstie
ADB-A1.NACO, Inc. I 1,2,3,4 A,B 1,2
Crouse -Hinds Navigation Aids 1,2,3,4
A,B j 1,2
44BI035-X
8470X-0000
(X= 1,2,3, or 4)
30847
0
2/20/89
AC 150/5345-1U
L -849 —Lights, Runway End Identification
(AC 150/5345-51)
Manufacturer
ADB-ALNACO, Inc.
AMERIEL, Inc.
Flash Technology Corporation
Godfrey Engineering Co.
Multi -Electric Mfg., Inc.
Unitron International Systems
Pyle
Manufacturers catalog number
A
84910 -0000,44A1161 -IX
C
84930-0000, 44A1161 -2X
E
84950 -0000,44A1161 -3X
(79, 80)
B
AL -849B
F
AL -849F
(72)
F
FTS-412-X, FTS-432, FTS-442, FTS-452
F
FTS-422-x, FTS-434, FTS-444, FTS-454
(76)
A
GEA-20- (0502, 0504, 0508)
C
GEA-25-100
E i
GE -3836-003
(79)
A
$51325-M, 551325-S
E
551327-M, 551327-S
(82)
F
VGS-832 (81)
9
AC 150/5345-1U
2/20/89
Msr.0lad u ref
ADB-ALNACO, Inc.
Crouse -Hinds Navigation Aids
Multi -Electric Mg'. Inc.
10
L -850 —Lights, Runway, Inpavement
(AC I56/53r5-4tA)
Type Class , Manufuluru's "Wag number
A
1,2
850XI-XXXX,44D1600-XIXX
44D0464-XXXX (29, 52, 55, 56)
A
1,2
850X1-3XXX, 44D1640-XXXX (70)
B
1,2
850X2-XXXX, 44D0469-XXX
(34, 53, 62)
B
1,2
850L2-XXXX, 44C1577-XIX0 (91)
C
2
85023-XXXX, 44D0988-XXX
(21, 58, 59)
D
2
85024-XXXX, 44D 1001-XXXX
(21, 58, 64)
E
2
850X5-IXXX.44E0496-XXX
(21, 58)
E
2
850X5-2XXX (64)
E
2
850X5-3XXX (63)
A
1,2
20065, 20075 (35) 20335 (15,54)
A
1,2
20065 -LW, 20075 -LW (49)
A -•
1,2
20560, 20561 (65)
13
1.2
20580, 20581 (65)
B
1,2
20355, 20360 (34, 40)
B
1,2
20370, 20365 (34, 40)
C
1,'-
20250 20255 (40, 54)
1)
1,2
20260, 20265 (40, 54)
E
1,2
20480 (34,54)
E
2
2856 (21)
I
F
1
1
1
1
IL
2/20/89 AC 150/5345-1U
L -852 —Lights, Taxiway, Inpavement
(AC 150/5345-46A)
Manufacturer _ 1 _ Type I Ow I Manufacturer's catalog number
ADB-ALNACO, Inc.
A
1,2
852X1-XXXX, 44D1101-XXXX (41, 57)
B
1,2
852X1-XXXX, 44D1102-XXXX (41, 42)
C
1,2
85203-IXXX, 44D1103-XXXX (41, 42)
D
1,2
85204-XXXX, 44D1104-XXXX (42)
E
2
85205-XXXX, 44D1011-XXXX (21,36)
E
2
85215-XXXX, 44D1442-XXXX (33)
F
2
85206-XXXX, 44D1443-XXXX (21)
Crouse -Hinds Navigation Aids
A
1
19505, 19506 (43)
A
I
19505 -LW, 19506 -LW (50)
B
1
19509, 19510 (44)
B
1
19509 -LW, 19510 -LW (51)
A
2
19515 (43), 19515 -LW (50)
A
1,2
19850 (43), 19850 -LW (50)
B
2
19513 (44), 19513 -LW (51)
B
1,2
19855 (44), 19855 -LW (51)
C
1,2
19505 -DO, 19506 -DG, 19515 -DG,
C
1,2
19850 -DO (43)
D
2
19855 -ID, 19855 -DG, 19513 -DG,
19509 -DG, 19510 -DG (44)
E
2
20550, 20552 (40)
L -853 —Markers, Retroreflective
(AC 150/5345-39H)
Manufacturer
Amerace Corporation (Signal Products
Div.)
Carsonite'International Corp.
Hughey & Phillips
National Airport Fnuinrne"' '"
Pacific Autopost
Safe -Hit Corp.
Safe -Way Sign Co.
Unipar, Inc.
Valley Illuminators, Inc.
Manufacturer's catalog number
Centerline marker
Elevated marker
Style( Style!!
96LP
88, 325,
911, 947
SMD-300-A
L -III series
RM series
REPO series
AEROPOST series
SH318 SMA & GP3 series
IA & 600 series
EVA series
AR -100 series
11
I
AC 150/5345-1U
Manufusurer
ADB—ALNACO, Inc.
Control Industries, -Inc.
Godfrey Engineering, Inc.
Manufacturer
Flash Technology Corp.
EG&G, Inc.
Manufacturer
ADB-AI.NACO,
Inc.
ATC International,
Inc.
Crouse -Hinds
Navigation Aids
L-851 Radio Controls
(AC ]511/5]<5-1QA)
Type
I
I
I
2/20189
MaL,.lacit icz s csping number
RL-854, 44D0310 -X
RC-IT5A
GEA90
1
L -856 -Lights, Obstruction, High Intensity
(AC I.T/5345-)C)
System Manuraciuicr's catalog number
A I-IB-205A-X
B FIB -205B -X
(77, 78)
A LS -158A
B LS -158B
(73)
L -858 --Signs, Runway and Taxiway
(4C 15G/5M5-44D)
Type ' Sin Slyle Class
L-858Y,R I 1.2.3 1.2.3 ,4 i I
L -858B 4,5 112.3,4 1.2
L -858Y, R 1,2,3 i 2,3,4 1,2
L-858Y,R
1.2,3.
L -858B
4.5
L-858Y,R
I
L-858Y,R
2
L-858Y,R
3
L -858B
5
Gainer Machine, Inc. L -858B 5
Maria Miranda Co. L-858Y,R,B 1,2,3,4
L -858B 4
L -858B 5
Standard Signs, Inc. L-858Y,R,B 1 thru 5
L-858Y,R 1,2,3
12
1,2,3
1,2,3
1,2,3,4
1,2,3,4
1,2114
1,13
2,3
1,2,3,4
1,2,3
2
1,2,3,4
1,2,4
1
1,2
1,2
2
1,2
1,2
Mrgr•s cat. no - -
44D 105X-XXXX Series
859 XX XXXX Sents
958 XX-XXXX Series
80 Series
82 Series
60,000 Series
60,000, 61,000
and 62,000 Series
85811-XXX-X-X-XX-X
85812-XXX-X-X-XX-X
85821-XXX-X-X-XX-X
85922-XXX-X-X-XX-X
8583 t-XXX-X-X-XX-X
185832-XXX-X-X-XX-X
95851-XXX-X-X-XX-X
85852-XXX-X-X-XX-X
0700-9000
G-Lr858 Series
DM -FL
DM -5 -IN
CLT Series
XL/XLT/ULSeries
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2/20/89
AC 150/5345-1u
L -859 —Lights, Flashing, Omnidirectional
(AC 150/5345-51)
Manufacturer Manufacturer's catalog number I Remarks
AMERIEL, Inc. AL -859F (72) Style F
Flash Technology Corp. FTS-427-X,FTS-437,F FS-447,FTS-457 (76) Style F
Unitron International Systems VGS-837 (81) Style F
L -860 —Lights, Runway Edge, Low Intensity
(AC l5O/5345-46A)
Manufactarer
Crouse -Hinds Navigation Aids
Godfrey Engineering Inc
Hughey & Phillips, Inc.
Manairoo, Inc.
National Airport Equipment Co
Manufacturer's catalog number
Type L-860
Type L -860E
40650 (1)
40650-GR,RG (I)
GEA-05 (3)(24)
GEA-05 (24)
LL33A(84)
LL33R(84)
2100 (2)(3)
2250 (5)
2125 (6)
L -500C (7)
(8)
L -510C (8)
IL-500R/G
L-510R/G (9)
13
AC 150/5345-1U
2/20/89 1
L -861 —Lights, Runway & Taxiway Edge, Medium Intensity
(AC 150/5345-46A)
Msaufacturer
ADB-ALNACO, Inc.
Airport Lighling Co.
Appollo Lighting Co.
Crouse -Hinds Navigation Aids
Godfrey Engineering Inc.
Hughey & Phillips, Inc.
Manairco. Inc.
M ulti-Electric
Manufacturing Inc.
National Airport
Equipment Co.
14
Type
L-861
L -861E
• L -861T
L-861SE
L-861
L-86IE
L -861T
L-861
L -861E
L -861T
L-861
L -861E
I. 861 SE
L -861T
' L-861
L-861 E
L -861T
I. 86 1S
L -E61
L-86IE
L -861T
L-861
L -861E
L -861T
L-861
L -861E
L-861SE
L -861T
L-861
• L-861 E
L-861 SE
1-86 IT
Msrufacrura's csulog number
E 611 X-XXXX,44C 108 ]-XXXX(10,11,12,14, 31, 33)
RWL-MIL (10);86102-0000,44C1752-XXXX(33)
RWL-MIE (11);8611X-XXXX.44CI081-XXXX(11,33)
TWL-MIL (IC); 86I00-0000,44Cl08l-XXXX(31);
8611X-01XX,44C 1752-XXX(10, II. 12,13.14,31,33)
861O3-XXXX,44C1485-XXXX(36)
X X(36)
MRL-216,2I7 (101
MRL-216,217 (11)
MRL-216 (10)
0300-2 (10,11,14); 0300-4 (12)
0300-2(11)
0300-2 (10,14); 0300-4 (12,13)
48375(10,14,18) ERL Model 3;40938(18), 40939(10)
Model 4
483?5-RG(I1,14,17) ERL Model 3; 40938-RG(17)
ERL Mode! 4
40690, 40775 (16) ERLQ
48375-B(10,14,18) ERL Model 3: 40938-B(18),
40939-B(10) ERL Model 4
GEA-01 (10,14)
GEA-01 (11)
GEA-01 (10. 14)
GEA 10 -SE (36)
MS -61 (10); MP -61 (12.14)
MS -O1 (11)
MS -61 (10); MP -61 (12.13,14)
7100 (10) 8100 (14); 8125 (12)
7250 (11)
7400 (10), 8400 (14); 8425 (13)
6183,6I93 (10); 6183M,6193M (14); 6183H.6193H (19)
6187,6197 (11); 6187H, 6197H (20)
6387SE, 6397SE(36)
6184,6194 (10);6184M,6194M (14):6184H,6194H (19)
SL -861 (10); ML -861 (14); MLS-700S, MLS-700B (12)
SLQ-700S, SLQ-700B (31,33,39.45)
SL -861 (11);SLQ-700 RSG. SLQ-700BRG (33,45)
SLQ-910 SRG,SLQ-910 BRG (36)
SL -861T (10); ML -861T (14); MLS-700SB,
MLS-700BB (12,13); SLQ-700SB, SLQ-700BB
(31,33,39,45); SL-861-PT(10.11)
1
H
I
I
H
I
-1
I
I
I
2/20/89 AC 150/5345-tU
L -862 —Lights, Runway Edge, High Intensity
(AC 150/5345-46A)
Manufacturer's catalog number
Manufacturer
Threshold/end
ADB-ALNACO, Inc.
862XX-XXXX,
44Cl201-XXXX(36)
L -862,44130330-X(22)
Airport Lighting Co.
HRL-213 (22)
Crouse -Hinds Navigation Aids
48369 (22)
40722 (16,64)
Godfrey Engineering, Inc.
GEA-10 (36)(26)
GEA-15 (22)
Hughey & Phillips, Inc.
HL -62 (22)
Multi -Electric Manufacturing, Inc.
6283, 6293 (22)
6383, 6393 (36)
National Airport Equipment Co.
H-900 (22)
H-910 (36)
L -866 —Lights, Obstruction, Medium Intensity
(AC 150/5345-43C)
Manufacturer
6387,6397(90)
Manufacturer's catalog number -
White lights I Red fights
Crouse -Hinds Navigation Aids I 41257F, 41257G(48)
EG&G, Inc. i LS -161 (74)
Flash Technology Corporation FTB-301-X
FTB-317-X
FTB-119-X
FTB-319-X
(75)
Hughey & Phillips, Inc. KG114 Type R
KG114 Type F(48)
TWR Lighting, Inc. L-866 (TWRX83) Type FB Beacon (48)
Al, A2/3, A4/5 controllers
AC 150/5345-1U
2/20/89
0
G u a
•11
c
C ca
� W
O =
O 'C I I
C C -I
CO
0 O 1 F
7. V u .
U C e
ci cd ci
I u v
c 00
e0 rI as
m0 I I 19
b OO m
s
V
N
N
-
ti
UUUUU
d.INvN .,
c,
o
en
en
C.,'
t9
a
XX
X
fort
n va
[y
C -
O
N
N
V
x
o
v
WI
ry
en
a
_
N
01
v
0VI
C
N
vn
d
H
It
Id,
V
xxxxx
4N44N xNaNnav aN aN a
- �" 1 N N r O N N 00 V 10 — N N1 el
—
<wmUQ
C}p7gR1Q
QQ
Qc
x
U
U
00r-0000
CC
r
r
r
r
r
r
00
0000
0000
m
fo
f0
.O
'O
c
•O
Sc
O
'C
S0
'O
.G
O
fO
O
'.0
00
00
00
00
CC
OGl
0000000000
CO
0000
00
CO
Co
V
y
Z
n
V
Z`
.-
G
-C
a c
'C
16 IU
a
ox
YQ
o•�«
0.
2/20/89
AC 150/5345-1U
y
Yl 00
Yl Fi Vl C
j y
0O N
N N K
O00O O O
0 N N O
Q0.
'-. O_.
p r r
VC
w
w N N
0 x
N
N
lO O N
-
r r -
V)U0.
•
aaaac.
UUVUU
x
x
O
O
r
Q>
p--
--Nr1 N N
N¼ O N Vl
N
r�
N
ON
N n
V
�O
N
r r.-.-.-
--
r
-'O
-O
Q m m
ee
I II
OOO
a
a
Coo
0000
E
vhf
aOoo
NO
NO
1
O 0 O
to
C
-I
$
xxx
(• www
........
^
7C NNN
xxxx
V
y
o
w
w4
x
w
EJw W
X�C
y
w
Na0
(//
N NN
N
N
l0 -
W
N
'C
—
N
• C
0.
F
N N
sNr,
ooU)
W x
sH
-
a
COOO
V
N N N
a0 n
W x
'
O
X
O N N
r0 x
h
i
mm
2flit
�
m „
m h
0q
N^
ONVNt
OOOOO
O
m
N N
N N N N N
N
N
N
N
N
N N
00
00
O
N
N
%O l0
O O
N N
lD
NN
N'O O N N
N
lD
Cl
_ _
_
41
F4
r r
r �..�
-
r r ►1 - - �..�
-
r
r
r
-
►1
- r r
'1 M
F4 -
mm
mQamumm
Q
m
m
mOQa
a
m en
N
0l
NN
l- r ooeo 00 N
N
N
N
N
N
N P.
00 00
00 00
'0 '.0
lO
'.O 'O
l0 l0 l0 0 lC lO
l0
l0
l0
l0
'0'0'0'.O
'0
00
00 00
C.
00
0000
0t0 00 0l0l 00 00 00
00
OO
00
00
00000000
`I
y
a
a
e
V
u
H
v
C
O
17
AC 150/5345-1U
2/20/69 t
v
C
C
4-
C
U
•
L
f4
U
Q7
ri
-C
C r
C
C Y
C —
z
U `
N
t
to
.3
n
0
00
'I
U q
I
y�
4
A
aV
u
o
rvi
m
N
U
N
N
to
C
C
E'
C
o
i
C
u
o
M
o
v
C
x`
v
W
1
F
r
X
In
C
_V
U
•
V
I!a_
v
Val
n
.-.
V)
�
E
earl
r
—
I
U U
m m C
'C y C
0O 2
I J J fA 7
CMS
x..
WUV
I
.1
H
C
I
II
I
,
l
11
I
I
2/20/89
AC 150/5345-1U
L -880 —Precision Approach Path Indicator
(AC 150-5345-28D)
Manufacturer
Style
I Class
Manufacturers Catalog Number
ADB—ALNACO, Inc.
A
II
8801X-XXXX,44A1418-1X(66)
B
II
8802X-XXXX,44A1401-IX(66)
Crouse -Hinds
A,B
I,TI
26880 (Light unit) (68)
Navigation Aids
26870 (Power and control unit for
Style A systems)
Multi -Electric A,B I II 5902, 5903 (69)
Manufacturing
NOTE
Multi -Electric L-880 or L-881, made before April 1987. require the FAA -accepted modification from the manufacturer.
L -881 —Abbreviated Precision Approach Path Indicator
(AC 150/5345-28D)
Manufacturer Style Clan Manufacturer's Catalog Number
ADB—ALNACO, Inc. A II 8811X-XXXX,44A1418-2X(66)
B II 8812X-XXXX,44A1401-2X(66)
Crouse -Hinds A,B ( I,II 26881 (Light unit) (68)
Navigation Aids 26870 (Power and control unit for
Style A systems
Multi -Electric A,B II 5902, 5903 (69)
Manufacturing
L -882 —Generic Visual Approach Descent Indicator
(AC 130/5345-52)
Manufacturer
Equipment Type
Manufacturers Catalog Number
Lamp bowing
Adapter unit
Aiming bar
ADB—
I VASI
85100-1000,44O0107
85101-0000, 44C0120.............
85102-0000,
ALNACO,
85100-2000,44D0152
44A0156
Inc.
85100-3000,44D0154
Crouse
VASI
25950-A
26005-A ..................................
26041-A
-Hinds
Navigation
26000-A
26600 .......................................
Aids
25950 -AV
Hughey &
VASI
VA382, VA384
VA38A2.................................
VACB6114
Phillips, Inc.
VA38ST, VA38S
VA38A4.................................
Multi -Electric
VASI
5556C
5562C ......................................
5559
Manufacturing
NOTE:
PAPI systems L-880 and L -891 are also approved as Type L-882 systems
19
AC 150/5345-IU
2/20/89
Manufacmrer
Devote
Aviation
L -883 ----Generic Visual Approach Descent Indicator
(AC 150/5345.52)
Fquipmrer Type 4Maniif.r,iir.r'a Catalog Number
(Far A:rparl (For Hehparl I Lamp housing Adapter unn
insWlauon) installation)
PLAST I I
I DA1001-5
"LASIIT '
DA200I-5
PLASII
DA100I-7
(HELI-
PLASI)
PLASIII
DA2001-7
(HELl-
PLASI)
Light Structure, Lightweight
Aiming Sr
(AC 150/5345-45]
Manufacturer Type. Class Manufacturer's caulag number
Jaquith Industries, Inc. I A FAM
Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights
(MALSR)
(rAA-E-2325d)
Manufacurer Component I Manufacturer's CWag number
ADB-ALNACO, Inc. ALL 44A1788
Godfrey Engineering. Inc. ALL GEA20-2325
Multi -Electric Mfg.. Inc. ALL FA -9994
20
2/20/89
AC 150/5345-1U
LAMP DESCRIPTIONS
Lamp I Designation I Watts I Volts I Amps I Lamp manufacturer
I
(1) 8301
(2) 15T6
(3) 15T7C
' (4) 69A21TS
(5) 40C9t C/ST
(6) 25FC
' (7) 15AI5/CL
(8) 25A19/GRiCL.
(9) 40A21/GR/CL
'• /C (10) 6.6Al0/IP
(11) 6.6A/CIO/P
' (12) 4OA/I'S
(13) 25A/CL
' (14) 40TIOP
(15) 6.6AQ CL/DCR
(16) 20058
' (17) 40732
(18) 40737
(19) HG132PPF
(20) HG I12PPF
'
(21) EWR
(22) 6.6A/I'14/2P
' (24) 25T8
(26) 6.6ATSQ/CL2
(29) 48AO071
' (30) 100A21/TS
(31) EXL
(32) 116A21/I'S
(33) EXM
I.
(34) Q6.6A/T4/DCR
(35) 20041-1
(36) EVV
'(39) 55042
• (40) 20496
(41) 48AO039
li t (42) 48A0040
(43) 19464
(44) 19484
(45) 55043
I
(48) 620PS40P
(49) 20041-2
(50) 20521
' (51) 19868
(52) 58809
(53) 58793
(54) 20538
40
120
15
120
15
120
69
120
40
120
25
120
15
120
25
120
40
120
tic
45
40 120
25
40
200
115
45
30
30
45
150
204
25
115
200
100
30
116
45
200
200
120
30
115
45
65
45
65
45
620
125
34
45
125
115
185
120
120
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
120
6.6
6.6
120
6.6
120
120
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
6.6
Yorkville Industries
General Electric, Philips
Philips
General Electric, Sylvania,
Philips
Sylvania
General Electric, Sylvania
Sylvania
Sylvania
Sylvania
General Electric, Sylvania,
Philips
General Electric, Sylvania,
Philips
General Electric, Sylvania.
Philips
General Electric, Sylvania
General Electric, Sylvania
Sylvania
Crouse -Hinds
Crouse -Hinds
Crouse -Hinds
Sylvania
Sylvania
General Electric
General Electric, Sylvania,
Philips
General Electric
Sylvania
ADB
General Electric
General Electric
General Electric, Philips
General Electric
General Electric
Crouse -Hinds
General Electric
Sylvania
Crouse -Hinds
ADB
ADB
Crouse -Hinds
Crouse -Hinds
Sylvania
Philips, Sylvania, GE
Crouse -Hinds
Crouse -Hinds
Crouse -Hinds
Sylvania
Sylvania
Crouse -Hinds
21
91
AC 150/5345-lU 2/20/89
LAMP DESCRIPTIONS —Continued
Lamp Designation Wilts Volts Amps Lamp rrunuracturcr
(55) 58801 200 ! 6.6 Sylvania
(56) 6965 200 6.6 Philips
(57) 6859 30 6.6 Philips
(58) 6292 150 6.6 Philips
(59) • 8422 120 6.6 Philips
(60)' MS 400/Veri 400 120 Sylvania
(61) MVR/VDB 400 400 120 GE
(62) 58746 200 6.6 Sylvania
(63) Q6.6Arr4/CL 200 6.6 Philips
(64) 40925 175 6.6 Sylvania, Crouse -Hinds
(65) 20624 62 6.6 Crouse -Hinds
(66) 64382 200 6.6 Gsram
(67) EGM/Q1000 CL/P 1000 120 GE
(68)1 20531 200 6.6 Crouse -Hinds
(69) T4DCR 200 6.6 Sylvania
(70) 44B1643 100 6.6 ADB-ALNACO, Inc.
(71) 20056 45 6.6 Crouse -Hinds
(72) 3884 Ameriel
(73) 77-3295 EG&G
(74) 77-2818 EG&G
(75) 3843 !Flash Technology
(76) 4410 Flash Technology
(77) 4663 , Flash Technology
(78) 5877 ' Flash Technology
(79) FT34HP GE
(80) GN34 Genesis
(81) UIS31603 Genesis
(82) 550330-14 Multi -Electric
(83) : G01-007 TWR Lighting
(84) 15TTN 15 120 GE
(85) EGG 750 I 120 Sylvania
(86) EGM 1000 it 120 Sylvania
(87)Q500PAR56/NSP 1 500 i 120 f GE
(88) Q1000PAR64/NSP 1000 I 120 GE
(89) EGG/Q750CL/P ! 750 120 I GE
(90) EZL 1 200 I 6.6 'GE
(91) 48AD107 45 6.6 ADB-ALNACO, Inc.
--
SECTION II - FRICTION MEASURING DEVICES
(AC 150/5370.12)
Manufael urn
Airport Equipment Company AB
K.I. Law Engineers, Inc.
Bison Instruments, Inc.
Saab-Scania AB
22
Friction musuiing equipment
Skiddometer BV -11 trailer
M 6800 Runway Friction Tester Van
Mark IV Mu Meter Trailer
Mark I1 Saab Friction Tester Automobile
[I
I
I
I
2/20/89
AC 150/5345-1U
SECTION III - AUTOMATIC WEATHER OBSERVING SYSTEMS (AWOS)
(AC 150/5220-16)
Manufacturer
Type
Configuration Identification
ARTAIS
AWOS-I
WEATHER CHECK V -I -B
AWOS-II
WEATHER CHECK V -2-A
WEATHER CHECK V -2-B
AWOS-III
WEATHER CHECK V -3-A
WEATHER CHECK V -3-B
HANDAR, Inc.
AWOS-I
HANDAR AWOS-I-1
AWOS-II
HANDAR AWOS-11-2
AWOS-III
HANDAR AWOS-IIIA-1; AWOS IIIB-1
HANDAR AWOS-IIIA-2; AWOS IIIB-2
QUALIMETRICS
AWOS-I
120-A, 120-B, 130-A, 130-B, 210, 220, 230
AWOS-II
121-A, 121-B, 131-A, 131-B, 211, 221, 231
AWOS-HI
123-A, 123-B, 133-A, 133-B, 213, 223, 233
23 (and 24)
2/20/89 --
AC 150/5345-1U
Appendix 1
APPENDIX 1 -ADDRESS LIST OF EQUIPMENT MANUFACTURERS
ADB-ALNACO, Inc. AME-R1EL, Inc.
997 Gahanna Parkway 4110 Shawnee Lane
P.O. Box 30829 Atlanta, Georgia 30319 '
Columbus, Ohio 43230 (404)457-6760
(614) 861-1304
Appollo Lighting Company '
Airport Equipment Company AB 3047 E. 14th Street
P.O. Box 20079 Columbus, Ohio 43219
Bromma, Sweden S-161 20 (614) 252-4444 ,
Telephone: 08871432
U.S. REPRESENTATIVE: ARTAIS
Airteco Equipment, Inc. 4660 Kenny Road
P.O. Box 10721 -• Columbus, Ohio 43220
Marina Del Ray. California 90291 (614) 451-8388
(213) 827- 7111 '
Associated En.ginecnng
Airport Lighting Co. 1629 E. Sunnyview Avenue
S F]inllock Ridge
Visalia, California 93291
Simsbury, Connecticut 06070 (209) 732-0760 '
(203) 658-0401
ATC International, Inc.
Airport Lighting Cor.troi Co. 3250 N. Shendan
P.O. Box 1316 Tulsa, Oklahoma 74115
Winter Park, Florida 32790 (918) 836-1938
(305) 629-4402
Behrens Construction Inc.
Amerace Corporation RR #6, Box 227
Elastimold Division Country Club Road•
10 Esna Park Drive Minot, North Dakota 58701
Markham, Ontario L3R 1131 (701) 839-5643
Canada U.S. REPRESENTATIVE:
• (4I6) 475-6000 Hughey & Phillips, Inc. '
U.S. REPRESENTATIVE: 2162 Union Place
Amerace Corporation Simi Va1ky, California 93065
P.O. Box 300 (805) 581-5591 '
Newburgh Road Bison Instruments, Inc.
Hackettstown. New Jersey C7840 5708 West 36th Street '
(201) 852-1122 Minneapolis, Minnesota 55416
(612) 926-1846
Amerace Corporation
Signal Products Division Carsonite International Corp.
• 7542 North Natchez Street 2900 Lockheed Way
Niles, Illinois 60648 Carson City, Nevada 89701
(312) 647-7717 (702) 883-5104
1
1
' AC 150/5345-1U
Appendix 1 2/20/89
' Control Industries, Inc. Hughey & Phillips, Inc.
409 Lafayette Avenue 2162 Union Place
Urbana, Ohio 43078 Simi Valley, California 93065
' (513) 653-7694 (805) 581-5591
Crouse -Hinds Navigation_ Aids Jaquith Industries, Inc.
1200 Kennedy Road East Brighton and Glen Avenues
Windsor, Connecticut 06095 P.O. Box 780
(203)683-4300 Syracuse, New York 13205
' DeVore Aviation Corporation (315) 478-5700
61G: Kircher Boulevard, N.E.
Albuquerque, New Mexico 87109 Joy Industrial Equipment Company
(505) 345-8713 Molded Rubber Products Division
I. Route 4, Box 156
Eaton Corporation La Grange, North Carolina 28551
9475 Center Road (919) 566-3014
' Fenton, Michigan 48430
(313) 629-5361 Killark Electric Manufacturing Company
A Subsidiary of Hubbell Incorporated
' EG&G, Inc. Electric Way
35 Congress Street Christianburg, Virginia 24073
Salem, Massachusetts 01970 (703) 382-6111
(508) 745-3200
Fields & Associates K.J. Law Engineers. Inc.
8626 G Street 23660 Research Drive
P.O. Box 6007 Farmington Hills, Michigan 48024
' Oakland, California 94603 (313) 478-3150
(415) 569-7929
Manairco, Inc.
' Flash Technology Corporation Box Ill
55 Lake Street Mansfield, Ohio 44901
Nashua, New Hampshire 03060 (419) 524-2121
(603) 883-6500
Co.
Gainer Machine, Inc. 8275 Miranda ro
103 North 12th Street 8275 San Leandro Street
' P.O. Box 40! Oakland, California 94621
Gladstone, Michigan 49837-0401 (415) 635-6551
(906) 428.4800
Molded Electric Products Corp.
Godfrey Engineering Inc. 464 Pratt Street
P.O. Box 260803 Meriden, Connecticut 06450
' Tampa, Florida 33685 (203) 235-4424
(813) 855-4428
Multi -Electric Manufacturing, Inc.
HANDAR, Incorporated 4223-43 West Lake Street
1188 Bordeaux Drive Chicago, Illinois 60624
Sunnyvale, California 94089-1281 (312) 722-1900
(408) 734-9640
El National Airport Equipment Co.
Hevi-Duty Electric Co. 5920 Wayzata Boulevard
Box 268 Minneapolis, Minnesota 55416
Goldsboro, North Carolina 27530-0046 (612) 545-4157
(919) 734-8900
em
I
AU 1bUIJJ4b-tu
2/20/89 Appendix 1
O!scn Industnes, Inc. Standard &gns, lnc.
P.O. Box 758 3190 East 65th Street
Star Route 4 Cleveland, Ohio 44127
Atkinson, Nebraska 68713 (216) 341-5611
(402) 925-5090 '
TWR Lighting. Inc.
OY ENSTO AB P.Q. Box 55606
P.O. Box 77 Houston, Texas 77255
Pohjantuulentie 2, (713) 973-6904
SF -06101 Porvoo 10, Finland
U.S. REPRESENTATIVE: Unipar, Inc.
Crouse -Hinds Navigational Aids Box 1056
1200 Kennedy Road State College, Pennsylvania 16801
Windsor Locks, Connecticut 06095 (814) 238-6481
(203) 683-4300
Pacific Autopost, Inc. Unitron International Systems, Inc.
P.O. Box 4321 4405 International Blvd.
Laguna Beach, California 92652-4321 Suite B-1 l6
(714) 494-8100 Norcross, Georgia 30093
(404) 923-3185
QUALIMETRICS, Inc.
1165 National Drive Universe, Inc.
Sacramento, California 95834 1833 West Hovey Avenue
(916) 923-0055 Normal, Illinois 61761-4315
(309) 454-5665
Saab-Scania AB
Saab Car Division Valley Illuminalers, Inc.
Department AMSF Box 88866 ,
Nykoping, Sweden S-611 8I Tuckwila, Washington 98188
Telephone: 015544517 (206) 564-2067
U.S. REPRESENTATIVE: '
Saab-Scania of America, Inc. Westinghouse Canada Inc.
One Saab Drive (PG 390)
Orange, Connecticut 06477 Box 510 '
(203) 795-5671 Hamilton Ontario
Safe -Hit Corporation LSN 3K2, Canada
1930 West Winton Avenue, Blgd. 11 (416) 528-8811 EXT 4151 '
• Hayward, California 94545-9990 U.S. REPRESENTATIVE:
(415) 783-6550 Mr. R.A. Williams
Manager of Industrial Sales '
• Safe -Way Sign Co. Westinghouse Electric Corporation
281 Enfield Street 2040 Ardmore Blvd.
Enfield, Connecticut 06082 Pittsburgh, Pennsylvania 15221
(203) 745-1647 (412) 636-3233
C
3 (and 4)
1
2/20/89 Appendix 2
I
' APPENDIX 2 -QUALIFICATION PROCEDURES
' 1. QUALIFICATION PROGRAM. A qualification program has been established by the Federal Aviation
Administration (FAA) for certain equipment components which are unique to aviation. This program is ad-
ministered by the Office of Airport Safety and Standards and is intended solely for that equipment funded
' for installation under Federal grant assistance programs for airports. The purpose of the qualification pro-
gram is to insure that the equipment meets the required standards for safety, performance, quality, and
standardization. Manufacturers submitting products for qualification must have a representative in the
United States to provide aftermarket services to purchasers of the equipment.
2. EQUIPMENT COVERED BY THE QUALIFICATION PROGRAM, The equipment included in the
150 series of advisory circulars, as listed in the contents of this advisory circular, is covered by the qualifica-
• ' lion program. The equipment covered may be changed periodically to reflect changing needs in airport
equipment Procedures for qualification of Automatic Weather Observing Systems (AWOS) may be found
in AC 150/5220-1G
3. SUBMITTAL OF QUALIFICATION REQUESTS, Requests for qualification approval must be sub-
mitted in writing to the Office of Airport Safety and Standards, Attention: AAS-200, Federal Aviation Ad-
ministration, 800 Independence Avenue, SW, Washington, DC, 20591. This request must include:
a. A list of the types, classes, styles, and sizes of equipment, along with the manufacturer's catalog
numbers. for which qualification approval is requested A list of equipment options should also be included
when so specified in individual equipment specifications.
b. Engineering drawings of the equipment to permit determination of adherence to specification design
requirements.
IC. A copy of proposed test procedures and test data sheets and a statement as to whether the manufac-
turer proposes to conduct the tests or name and location of an independent testing laboratory where the
tests are to be conducted. Since the FAA reserves the right to witness any or all tests, the manufacturer
should not commence the tests until advised whether the FAA elects to witness, or waives the option to
witness, the tests. The manufacturer shall give the FAA at least 2 weeks' notice prior to starting tests.
d. A statement that the manufacturer agrees to provide the following minimum guarantee for the
equipment:
"That the equipment has been manufactured and will perform in accordance with the applicable specifi-
• cations and that any defect in design, materials, (excluding lamps), or workmanship which may occur
during proper and normal use during a period of I year from date of installation or a maximum of 2
years from date of shipment will be corrected by repair or replacement by the manufacturer f.o.b.
`a tory."
It. A statement that the manufacturer agrees to provide and maintain a quality control program in ac-
cordance with FAA -STD -013, Quality Control Program Requirements (copies of this document may be
obtained from the Federal Aviation Administration, 800 Independence Avenue, S.W., Systems Engineering
Service, Washington, D.C. 20591). The manufacturer shall provide a copy of the proposed quality control
'plan.
f. A copy of the proposed instruction manual for the equipment.
'4. REVIEW PROCEDURE FOR QUALIFICATION REQUESTS. The manufacturer will be notified
within I week after receipt of the qualification request whether the FAA elects or waives the option to
t, witness tests and whether the proposed test procedures and test data sheets are acceptable. Notification of
' acceptance, or of changes required for acceptance, of the quality control plan, instruction manual, and the
1
AC 150/5345-IU '
Appendix 2 2/20/89
equipment design will be made within 30 days. The manufacturer will be notified in writing within 2 weeks
after the last submittal of the required documentation or test results, if acceptable, that the equipment is
approved. The manufacturer must provide 10 copies of the approved instruction manual within 30 days aIECL
approval of the equipment. These manuals are required by various FAA field offices in monitoring the ap-
proval of equipment. The approval will be subject to the condition that it may be rescinded if:
a. The manufacturer fails to provide the required instruction manuals.
b. The manufacturer fails to honor the guarantee (paragraph 3d) or does not maintain quality control
in accordance with the approved plan (paragraph 3e).
c. The equipment has an unsatisfactory failure rate (paragraph 6).
d. The manufacturer fails to perform the required production tests (paragraph 5). '
e. Changes are made in the equipment without FAA approval (paragraph 7).
f. The equipment specification is cancelled or is revised and the manufacturer fails to requalify
(paragraph 8).
S. TESTS. The manufacturer must successfully pass all tests in the applicable specification The manufac-
tuner shall provide all necessary equipment and bear all testing costs. AU tests shall be performed at facilities
located within the United States of America. Where the FAA waives the option to witness tests, the manu-
facturer must submit a certified copy of all test reports. In addition to qualification tests, each equipment
specification requires some tests to be conducted on each, or a sampling of, production units. The manufac-
turer must retain records of the production tests for 3 years, unless other wise specified in the equipment
specification, and permit the FAA (approving office) to witness such tests or inspect previous records on
request
6. UNACCEPTABLE FAILURE RATE. Since reliable equipment is of prime importance to safety of air-
craft operations, equipment v1 hich proves unreliable in use must be removed from the approval listing. The
determination of unreliability must be based on judgment and experience with equipment of a like nature.
Where any such equipment is deemed to have an unsatisfactory failure raft or is deficient in workmanship
or materials, the manufacturer will be notified in writing as to the basis for this determination. The manufac-
turer shall then notify the FAA in writing as to its plan of action for correcting the problem. If the manu-
facturer
does not resolve the problem within a reasonable time (the time frame will, of necessity, be based
on safety considerations and/or the nature of the problem), the equipment will be removed from the approv-
al listing. The FAA reserves the right to require the equipment to be subjected to any or all qualification
tests when the equipment has been deemed unreliable or deficient in materials or workmanship I
7. MODIFICATIONS TO EQUIPMENT. Once the equipment has been approved, the manufacturer may
not make any changes in the equipment without prior FAA approval. Requests for design or component
changes must be submitted to the office listed in paragraph 3 and must be accompanied by supporting docu-
mentation plus 10 copies of the revised instruction manual pages which reflect the proposed change. Substi-
tution of stock electrical items such as resistors, capacitors, transistors, etc, which are identical in rating and
size and which are equal or better in quality does not require FAA approval. This exception does not apply
to lamps.
8. REVISION OF SPECIFICATIONS. It may be necessary at times to revise the specification for a par-
ticular equipment to reflect changing needs of aviation or of new technology. In such a case the revised
equipment specification will contain an effective date, normally 6 months, at which time the prior approval
automatically expires unless the manufacturer has been requalified to the revised specification. Manufactur-
ers are informed by letter and supplied a coy of the revised specification within a few days of its issuance.
The procedure for requalification is the same as for the original qualification as discussed in paragraph 3
with the following exceptions:
a. The manufacturer does not have to resubmit the quality control plan.
Ii. Depending on the nature of the equipment modification it may not be necessary to perform all qual-
ification tests. Exemption from certain tests may be granted when requested and justified by the manufactur-
er that the test is not applicable to the modified design.
2
I
AC 150/5345-1U
'2/20/89 Appendix 2
'9. EXEMPTION FROM SPECIFICATION REQUIREMENTS. No exemptions from the specifications,
except as specified in paragraph 8. will be granted. However, it is recognized that equipment specifications
may not cover all specific design and operational applications and that equipment may be submitted for
' approval that does not meet all specification requirements. If the proposed design is considered to have
merit, then the applicable equipment specification will be revised to reflect the proposed design and submit-
ted for comment through the normal coordination process with the aviation community. If no valid adverse
• ' comments are received on the proposed revision, then the proposed design may be given an interim approv-
al before final approval and publication of the revised specification. In such cases, other manufacturers of
similar equipment will be notified of the approval and of the forthcoming specification revision.
10. PUBLICATION OF APPROVAL LISTINGS. A listing of approved manufacturers will be published
in this advisory circular which will be updated in January and July of each year. Changes in approval list-
ings made between publication dates may be obtained from the office listed in paragraph 3 or from those
• FAA offices as listed in AC 150/5000-3, Address List for Regional Airports Divisions and Airport District/
• Field Offices, current edition.
11.. FREEDOM OF INFORMATION ACT. Documentation submitted to the FAA for qualification ap-
proval may be made available to the public upon request through the Freedom of Information Act. Material
marked "proprietary" will not be accepted under this approval process.
-I
I
1
I
I
1
1
I
3 (and 4)
2/20/89
AC 150/5345-1U
Appendix 3
I
APPENDIX 3 -SPECIFICATION FOR LAMP LIFE TEST PROCEDURE '
1. PURPOSE. This appendix specifies a test method for establishing lamp life for airport lighting fixtures. '
This procedure shall be accomplished on each new fixture design or on any design change which will affect
lamp life.
2. SCOPE. This procedure shall be performed on all lamps having a specified lamp useful life of 17,500
hours or less.
3. DEFINITIONS. The following terms are defined for the purpose of this procedure:
3.1 RATED LAMP LIFE. The mean life of the lamp while installed and operated in a lighting fixture as
established by test and calculation described in this procedure.
3.2 LAMP USEFUL LIFE. The portion of the lamp operating characteristic where the photometric
output of the lamp operating in the fixture is within specification requirements.
3.3 LAMP OPERATING TIME. The time that electrical service to the lighting system is on and contacts
to lamp circuit are closed.
3.4 ACCELERATED TESTING. The testing technique used to compress the time to operate a lamp to
end of useful life while under test. A correlation between performance of the lamp under normal operating
conditions and the conditions for accelerated testing must be established. Note: Accelerated testing can not
be performed on tungsten halogen lamps.
4. REQUIREMENTS PRIOR TO TEST COMPLETION. Lighting future manufacturer shall comply
with the following requirements prior to completion of lamp life tests. This period is considered to cover
the period of time between qualification approval and FAA acceptance of lamp life test results.
4.1 CONDITIONS FOR QUALIFICATION APPROVAL. Lighting fixture manufacturer testing program
shall be run in accordance with written procedures which have been reviewed and approved by the Office
of Airport Standards. Lighting fixture manufacturer testing program shall be in accordance with the test
methods specified in this appendix. A precondition for equipment approval shall be that normal lamp life
testing has begun and is being performed in accordance with lighting ful::rc manufacturer procedures and a
scheduled date for test completion has been set.
4.2 LAMP LIFE ESTIMATE. The lighting fixture manufacturers shall use the most conservative lamp
designers life rating, dented by 15 percent. Lighting fixture manufacturer shall not credit lamp life for any
techniques or devices he uses to extend lamp life. Lamp life shall be quoted as "Lamp life estimated" during
this period.
5. TEST SPECIFICATION. The test procedure is divided into Iwo parts, normal and accelerated testing.
Although normal testing is preferred, accelerated testing is acceptable under special circumstances. When
accelerated testing is performed, the test shall be backed up with a normal test as soon as practical. Acceler-
ated test reports shall include a schedule indicating when normal testing will be completed. Normal testing
may be waived by the FAA if a correlation verified by test exits.
Si NORMAL TESTING.
a. The lest shall consist of a minimum of 10 randomly selected lamps installed in the fixture for which
life data is being established. If additional lamps are to be tested, the tests shall be performed in multiples 10
lamps.
b. Lamps shall
be installed in the future and tested in the configuration
which simulates the actual as
installed condition of
the light
system (e.g., inpavement lights should be tested
with lamp fixture installed an
the smallest base can
which in
turn is buried in a non -heat absorbing medium such
as sand).
I
I
I
U
I
1
I
AC 150/5345-1U
Appendix 3 2/20/89
IC. Where lighting system power conditioning equipment is located remote from lamp units in the field,
cabling between lamp and system components shall be shortest allowed by design.
d. Light system shall be operated at highest lamp manufacturer rated voltage or current using ap-
' proved regulators or current supply having 1 percent regulation. The duty cycle shall consist of 20 hours
lamp operating time and 4 hours de -energized. Voltage controlled system be operated from a supply having
3 percent regulation.
e. Testing shall continue until 90 percent of all lamps have reached end of lamp useful life.
f. Tests shall be performed in a controlled environment at an ambient temperature between 60 and 80
' degrees fahrenheit,
g. Electrical service voltage and current; lamp voltage and current; and for discharge type lights,
pulse train wave shape and frequency shall be randomly recorded using calibrated instruments during the
' test period to verify that control circuits are functioning and that input energy is maintained H:.:.:.. w:.t-
ance. As a minimum these parameters shall be checked twice a week.
h. A daily log shall be maintained at the test site. The log shall record lamp condition (eg., whether
the photometric output of the lamp exceeds minimum specification requirements), date, time, comments and
person performing the check.
I. The pulse train wave shapes shall be monitored continuously during the duty cycle for discharge
' type lamps. Out of tolerance condition shall be logged. As a minimum the following sh_11 be monitored for
out of ::'=rance conditions:
o Pulse train wave shape
' o Pulse train frequency
o Voltage or current to lamp circuits
5.2 ACCELERATED TESTING.
a. Accelerated testing may be performed when normal testing is estimated to exceed 180 calendar
days or to provide a basis for estimating lamp life on short notice such as when evaluating new designs.
' Under no circumstances should accelerated testing reduce the normal test time by more than 1/3 of the
normal test time based on lamp manufacturer life estimates. All accelerated tests shall be followed by normal
testing in accordance with section 4.1 to establish a correlation between accelerated and normal test rated
lamp life test results.
b. Accelerated tests shall follow the procedure described in 4.1 with the exception that the appropriate
parameters are increased so that the estimated test time is reduced as specified above.
' c. In addition to the documentation requirements defined below, the testing authority should provide
the rationale for selecting the parameters for the accelerated tests. Lamp vendor data shall form the basis for
the rationale.
6. ANALYSIS OF DATA
•
a. Form a list of the 90 percent of the lamps which have reached the end of lamp useful life. List
should include lamp number and lamp operating time as calculated below. This information should be ar-
ranged in ascending order of lamp operating time.
b. Lamp operating time is calculated by multiplying the number of full days that the lamp was operat-
ing by 20 (hours).
c. Delete the lamps with the 10 percent lowest lamp operating times from the calculations below.
d. Calculate the mean and standard deviation for the 80 percent of the lamps remaining on the list.
e. If the standard deviation is greater than 50 percent of the mean, delete the lamps with the 10 per-
cent highest and 10 percent lowest lamp operating times from the table. Recalculate the mean and standard
deviation for the remaining 60 percent of the lamps on the list.
f. Lamp life is the mean calculate above, rounded to the nearest 50 hours.
Fa
AC 150/5345-1U
2/2O89 Appendix 3
7. DOCUMENTATION. '
a. A test report documenting the test results and containing a copy of the calculations shall be pre-
pared. As a minimum, the report shall include the information listed below.
b. A drawing or sketch of the test setup indicating inst0auon of the test fixture(s), instrumentation,
and a block diagram indicating all electrical interconnections. This drawing shall be of sufficient detail so
that an independent laboratory may perform the test and replicate the test results.
c. A calculation sheet indicating number of days each lamp operated, lamp operating hours and data
used in calculating the mean and standard deviation.
d. Copy of all wave shapes recorded in 4.0 with calibration markings.
e. A description of all malfunctions which occurred during the test period including type of malfunc-
tion. date of occurrence, corrective action taken. and QA concurrence on resolution.
f. A summary of the pulse train out of tolerance conditions shall be included. The summary shall list
specific type of out of tolerance condition, number of times occurred and frequency of occurrence.
L
I
I
I
1
I
L1
ri
I
I
3 (and 4) ,
APPENDIX B
ORDER'
•
TI
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
Southwest
Fort Worth, Texas
SW 5200.a
6/6/89
' Airport Safety During FAA -F nded Airport Oonstruction and FAA
SUBJ: Facilities Maintenance
' 1. . This Order establishes airport safety standards for FAA -funded
construction and FAA facilities maintenance.
•' 2. Dlsnu VFSON. This order is distributed to the Section level in the
Airports and Airway Facilities Divisions, to the Branch level in the Flight
Stardazds, Air Traffic, and Civil Aviation Security Divisions, to all
' Southwest Region field offices and facilities, and to F & E Field
Installatioryoonstruction Representatives.
3. CANCEE ATION. -order SW 5200 5, Safety.Requirenents on Airports hiring
' Agency Funded Owstr rtiah Activity, dated 11/21/75, is cancelled.
I
I
I
L
I
'Li
I
4. inANAT?ON OF C4h�TGES. This order revises and updates criteria to be used
during construction and maintenance on airports, consistent with current
Advisory Circ].ars and agency safety regulations.
5. DtJ iNII7CNS.
a. Airport Elevation
- the highest
point on the
landing surface of an
airport. -
-
b. Certificated Airport - an airport which, by law, is safety regulated by
the FAA under Part 139 of the Federal Aviation Regulations, and which operates
under specific safety requirements which apply to maintenance and construction
acti3ities on the airport. Certificated airports are listed in Appendix 2.
c. Displaced Threshold - a runway landing threshold which is located at a
point other than at -the beginning of the full-strength paveient. A tepoay
displacement may be used to give larding aircraft adequate clearance over
construction equipment or other objects in the approach area of a runway or.
adjacent to a runway. - .
d. Obstacle Free Zone (OFZ) - a design standard involving imaginary
surfaces in the vicinity of a runway.. They are the Runway OFZ, Inner -
transitional surface OFZ, and inner -Approach OFZ.
0istribution: - r . A- - ; Initiates 9y:
A-FOF-O (maxim); A-FAF-10 ?SW -650
SW 523C.SA 615185 '
e. Obstruction - a stricture, natural gru.".h, vehicle or construction
aaterial which penetrates any airport imaginary surface defined by FAR Part 77,
includirr primary, transitional, approach, hori2ontal, anti' crical surfaces.
f. Relocated Threshold - a run -ay enc %4u . is nct locator at the physiczl
end of the pavement. If part of a ninway is closed fcr landing and takeoff
beginning at the pavement e^d, then the threshold has been relocated. (Note:
this tent. is not used in the Notice to Ai_`men sys cs . )
g. Safety Area - the ground surface next to nm'ays, taxiways, and
air�raft parking areas which is e eccted to be graded, drained and free of any
hazardous surface variations and nonfrangible objects, and which: is to reduce
the risk of damage to an aircraft inadvertently leaving airport pavement.
h. Small Aircraft - one weighing 12,500 lbs. or less m33ximm certificated '
takeoff weight.
i. Large Aircraft - one weigh ng more than 12,500 lbs, ruximm 1
certificated takeoff weight.
6. p4nDJRE5. Aviation safety is a primary consideration during airport
construction and facilities maintenance- These activities shall be planned
and s neduled to minimize disruption of nonal aircraft grand and air
traffic. For airports subject to FAR 107, Aixpo: t Sec Lrity, the airport
operator's sec rity program stair ar's shall be observed in the areas of access
control, and movement and identification of construction and FAA personnel and
vehicles.
a. These standards shall be used to develop specific safety measures whic'i ,
FAA e^ployees, grantees, and contractors shall adhere to durirr these
activities on all airports in the Southwest Region. They provide a reasonable
level of safety, but aircraft operations, weather, security, or local airport
rules .-ray rtru1re use of more stringent safety measures. Use of less stringent
measures and changes that ing:act security controls is penoitted only after
coordination between Airports, Air Traffic, Airway Facilities; Flight
Stardar°.s, and civil Aviation Security Divisions, airport management, and
affected aviation users.
b. Bid docaients for on -airport construction or maintenanne prnjeccts shall '
include general an specific safety requirements, based on Appendix 1 to this
Order, so that contractors are aware of the ccsts and constraints which will ,
apply during the projm ect to aintain a high level of aviation -safety.
[]
I
I
�_-
Page 2 • `= -
6/6/&9
SW 5200.SA
C. If the clearances and restrictions describer) in this order cannot be
maintained 'tile construction or maintenance is underway, action will be taken
as appropriate to:
' (1) close runways, taxiways, or aprons,
' (2) relocate or displace runway thresholds temporarily,
(3) perform work at night or during periods of miniral
aircraft activity, -
(4) close affected areas to certain types of aircraft,
•' (5) restrict aircraft use by weight,. wingspan, approach speed, or
other characteristic,
' (6) shut down or restrict use of navigational or approach
aids.
d. FAA e≤mlovees who are responsible for construction or maintenance
activities on airports shall coordinate project safety and seairity
requirements and ira:acts with the airport sponsor as soon as the ix -. acts have
been identified but before t are made with contractors cr others to
• perform work on an airport. Coordination will vary from for:ral predesign
conferences to informal contacts with the airport tanager or responsible
sponsor official before starting work.
7. SAFETY II''?ACIS. Potentially hazardous conditions which ra_v o=ar during
airport construction and maintenance include the following:
• a. Excavations, trenches, and stockpiled material on or tzar runways,
• taxiways and aprons.
_ b. Construction equipment on aircraft operating areas or in svrr..ay
approaches or departure areas.
' c. Inadequate construction area marking or lighting.
d. Lack of control over vehicle access to aircraft operating areas,
unauthorized entry of personnel, vehicles, or animals.
' e. Inadequate vehicle marking or lighting.
'• f. Deficient rerkinnd g alighting of ten orary n.^r«ay t'L-�:c_=s.
g. Failure to issue, update, or cancel Notices to Airaesh ctncer ?r,
airport or nzr..ay closures or other construction -related airport cort_icrs.
I
I Par 6
Pace 3
SW 5200.5A 616189 1
h. Failure to mark an] identify utilities cr power cables, resultin' in
less of airpert licyhtir�; navicaticnal, v.s, 1, cr approach aids: weather
encrting service; cr- car.^.arrications. I
i. Unauthorized vehicle operations in localizer or glide slope critical
areas, resulting in electronic interference cr facility shutdam.
j. Construction debris (gravel, sand, mud, paving material, etc.) on
airport pave>tents, resulting in aircraft prep, turbine engine, or tire damage.
k. Dyad pavement edges (drepoffs) fr= runways, taxiways and aprons to
adjacent pavement sections or shoulder. -s.
1. Construction activities which hamper aircraft rescue/firefighting I
as from fire stations to the runway-taxi:.ay system or airport buildings.
m. Lack of radio txpnunication with ccrnt--uction and maintenance vehicles I
in aircraft cpe atting areas.
S. SAFELY MM8J E . Paragraphs a thrargtr h below define safety standards and
guidelines for FAA -fumed construction and FAA raintenance activities on
airports.
a. Obstacle Free Zcne I
(1) Object`, vehicles. and stockpiled material noi:.zlly are not
pernitted to penetrate an OFZ. OFZs are shown on Figure 1-
(a) Runway OFZs are applicable at any tine the runway is open for
aircraft use. On prec,sicn nn -nays, the inner -approach a l inner-
transitional surface OFZs trust be kept free of penetrations only when the
weather conditions are below an 800 ft. ceil:.-o or less than 2 Hiles
visibility and aircraft are using ITS approad es.
(b) Objects which do not penetrate an OFZ still ray require
notice to the FAA under FAR Parts 77 or 152 and ray be obstructions to air
navigation. Those objects which exceed FAR Part 77 obstruction standards are
to be appropriately obstruction marked and, if used at night, obstruction
lighted. Cranes or other egaipzent of unusual height may require special
c nsideration and coordination with FAA operating elenents and airport users.
I
I
I
Pace4 r -- I
I
6/6/39 Si'i 5200.5A
' Figure (2) The dimensions of an Obstacle Free Zone are as follas: (keyed to
1 ).
' (a) Rur..ay Obstacle Free Zone (See A in Figure 1) extends 200
feet beyond each end of the runway and has the following width for:
' 1 Runways serving small aircraft:
Precision instruneut runway - 300 feet
Other runways - 250 feet.
2 Rnays serving large aircraft:
'
the greater of 400 feet, or
180 feet plus the wingspan of the rest derarvrirq
airplane, plus 20 feet per 1000 feet of airport elevation.
(Note: The runway OFZ width for all transport runways on certificated
airports in the Southwest Region (Appendix 2)is 400 feet.)
(b) Irre—Approach Obstacle Free Zone (See B in Figure 1)
1 T:e Inner -Approach OFr applies only to runways ends with
an approach lighting system.
2 Beginning 200 feet from the runway threshold and
ending 200 feet beyond the last light unit in an approadi lighting system,
width same as the Rurr«ay OFZ, sloce 50:1, beginning at r nway end elevation.
(c) Inner--rransitional Surface Obstacle Free Zone (See C in
Figure 1)
' 1 lbe Inner- ansitional Surface OFZ applies only to
precision instanent rurr ays,
2 Slope 3:1 perperdicnlar to the nay cente--linend and
extendng laterally fm the edges of the nur..ay OFZ and approach OFZ to a
height of 150 feet above airport elevation.
1
I
r.
1
IL
Sit' S2OO.SA
Page 6
- C :N•YER-TRAsszIIONAL SURFACE OF2
-
\3:1
3
:1
3::
150' ABOVE AIRPORT ELEVATION
RUNWAY 012
\3: l
B INNER APPROACH CF=
r RU,YAAY OF=
A
Fig. I OBSTACLE FREE ZC''E
1
6/6/89
Li1
3:1
RCS': AY ,
INNER -TRANSITIONAL
SURFACE OF:
l"
1
1
6/6/89
SW 5200-5A
• s ._ •.- • - . - and -
•. S. _ • I approach p_ i
• . . .5- . . . . J •. .. = penetrates
• • -
I. -5 •. . • r .•- I. •-
••�� • • .,; S. 1 • I_ •- • a .•. •_.1
• ••-•I - ••• • •- • • ••-• i\ - • ,
1
20
Fq�pnent
D _ ,
20:1 Thr hold Location Surface
Dimensions I Small Aircraft
A
0
200
B
250
400
C
700
1000
D
2250
1500
Fig. 2 may Threshold Location
Par 8 Page 7
SW 5200.5A 6/6/S9 I
(2) When ccuinrent cr construction -"intrL"ance activity must be o;; a
rui-i ay and a decisior. is made to keep part of the runway n for aircraft,
part of the nnay mast be cicxsa3 as sham in Fig. 3. The dimensions sha.-n are
v ended: hczever, a larger closed area than shad may be necessary
depending on aircraft tse, level of activity, pilot technique, and equipment
height, and a smaller closed area may be possible under sore cirarstarices.
These reccMe daticns are based on equipment heights of about 15 feet; higher
cb]ects my r gaLM special consideration.
Sc
Closed Area —�
USABLE Y 1 500' OA 1000'— I EauII
RELLn D I}IFcE5dOLD
END
Use the following distares fran the ctnstnx-tion1/maintena,oc-activity tc
the relocated threshold:
Shall aircraft (12,500 lbs. or less) - 500 ft.
Large aircraft (More than 12,500 lbs.) - 1000 ft.
Fig. 3 Raiocated Threshold For Equipment on the Runway
Page a
I
J
El
I
I
I
]
I
I
I
I
I
I
I
I
I
I
I. 6/6/89 SW 5200.SA
c. Faraway and Taxiway Safety Areas.
(1) Runway safety areas - construction or maintenance activity is
• prohibiter] in runway safety areas while the full lengthof the runway is open.
Normal FAA maintenance of visual, approach, and navigational aids is
'• permissible within safety areas provided vehicles, material, and excavations do
not penetrate a runway On and requirements of paragraph 7b for approach
clearance over vehicles, equipment and material are met.
a
Runway 1---- c
Safety Area
1
1
1
1
1
1
RJM Y DESIG4 C1TD30RY
SAFETY
AREA Dfl ISICNS (Ft.)
a
or b (1)
c (2)
1.
Utility AC 150/5300-4
a.
Visual or Nonprecision
Design Grin I
30
120
200
Design Group II
40
150
300
b.
Precision Instrument
Design Group I
110
300
600
Design Group II
Design Group III
100
100
300
300
600
600
2.
Transport AC 150/5300-12
500 (3)
1000
(1) Use dimension a or b, whichever results in the greater distance fn the
runway centerline.
(2)
Use dimension c
or the
existing safety area le-rth, whichever is less,
but
no less than 200
feet.
(3) Some certificated airports have or permit use of 400 -foot wide run.«ay
safety areas during construcction and maintenance. coordinate proposals with
the Airports Safety Section, ASW-651.
Fig. 4 Runway Safety Areas
Page 9
SW 5200.SA
6/6/69
(3) Taxiway safety areas /obstacle free areas - see Fig. 5.
cb.2struction/mairtenance activity is pe-aissihle in tax:aay obstacle free
areas and safety areas if the activity is hazard marked and/or lighted and
axe in effect. Special consideration mist be given to th4 height of
barricades, flashers and other warning devices to clear aircraft wi gtips,
propellers, engines etc. Other actions may be necessary suth as:
- Using "wingwalkers" to guide aircraft past hazards,
- Using teanraxy taxiway marking/lighting to detour aircraft
clear of the area,
Moving equipment and personnel well clear to a11ow air�.zatt to
pass rely-
-------------------------
CLSAsaCC
TAN...1 1 T.Ulwt:
.% / I �t
ad
Design Group (1)
Item I II III IV V
Taxiway Safety 49 79 138 171 214
Area Width
Taxiway Object 88 130 186 260 320
Free Area Width
(1) typical air a` in *ere groups are list _^ Appendix 3.
Fig. 5 Taxiway Cleararcz
Page 10 Pa_- 8
6/6/89 SW 5200.SA
1
LJ
I
I
C
I
I
I
I
d. Marking and Lighting
(1) Tecworary disolacei ram -ay threshold:
Y
(a) Mark with yellow arrows and a white threshold stripe as
shown in A.C. 150/5340-1, or
(b) Use alternate marking which is:
1 Clearly visible to the pilot,
2 Not misleading, arifusing, or deceptive,.
4 Made of material which will minimize damage to aircraft
which Dame in contact with the narking.
(2) rvorary relocated rulyazv threshold (partial closure of a
runway):
(a) Mark with yellow c..evrcns as shown in A.C. 150/5340-1, or
use alternate marking as described in par. lb above.
(b) Muiway distance n.ai_*whg signs ray need to be covered or
removed during the closure.
(3) Tenurary nn-iwav thresholds must be liohted"if all or part of a
runway is to be open at night during c nstnhction or maintenance. The airport.
operator nay already have temporary threshold lighting available, but this
should be determined in advance.
' (a) Use light lens colors and spacing in A.C. 150/5340-24, _
Runway and Taxiway Edge Lighting Syste=.
• (b) Disable edge lights and threshold lights on closed parts of
runways. On some lighting systems, it ray be necessary to cover a light rather
than moving the lamp or fixture.
(c) Disable visual glide slope indicators (VASI, PAPI, PLASI,
• etc.), REIL, and approach lights which would otherwise give misleading
indications to pilots as to the threshold location. Installation of temporary
'• visual aids nay be necessary to provide adequate guidance for pilots on
approach to the affected nuway. These :ay be funded or provided by the FAA or
the sponsor.
I
I Par 8
Pace 11
I
SW 5200.5A 6/6/89 '
(4) Clcsaj rurr av narkir .
(a) Use yellow "X" markirxj as sha.n in A.C. 150/5340-1. ,
(b) Closed runway marking is not required at aizwports with
24 -hour Control 7bweis if the closed runway cannot be mistaken by pilots for
neat -fry open runways and the airport operator consents to aaitting them. In
score case, closed runway marking mild interfere with the use of the runway
for aircraft taxiing if this is to be allowed while the runway is closed for
lardings and takeoffs.
(c) closed nrnay narking is not required on nnv ays winch are
closed only at night provided that: '
.1 Runway lighting a d visual aids are off,
2 Nota:rs are in effect regarding the closure. '
(5) Hazard rrarkira (barricades, traffic cones, flashers, etc.) shall ,
be used
(a) 'Ib outline construct ion/maintenance areas ;rich are
accessible to aircaft, persons, or vehicles,
(b) lb identify isolated hazards such as cps ma -toles, small
areas tinier repeir, stcclpile material, waste areas, etc.,
(c) ?b prevent ai^Laft frus taxiing onto a closed runway for
takeoff,
(d) 2b identify FAA, airport, and National weather Service
facilities, cables, power lines, I:S critical areas and other sensitive areas,
in order to prevent damage, interference, and facility shutdam. '
e. Navigation Aids and instrument Approach Procedures
(1) The reed to shut don navigaticra:, arcr-cach, or visual aids I
shall be deter tired on a case -by -case basis. Flight Standar'.s, Air Traffic,
Airports, and Airway Facilities offices shall be involved in the decision as
necessary.
(2) Cornt_-urt.cn on or near n_r,.ays ray severely rest.-ict the use cf
Sta&ard Irst nTerrt Approach Prccsiures, arc all phases of the project shall be
coordinated with the Flight Purr=s Banc., AS.a-220, to determine the
effects.
f. Na`ias To Air,ien (`7CTrMJ '
(1) Resxrsibi:iry for issue r:cr; s s'211 be detPv-,.%nom before
ccnst action cr raintenance begins. Refer to Order :530.1, National Notice to
Airren System.
Page 12 - ,
1
' 6/6/89 SW 5200.5A
(2) Notams on shutdown or irregular operation of FAA -owned facilities
shall be issued and cancelled only by FAA employees. Notams on airport
' conditions shall be issued and cancelled only by the airport sponsor. Any
Person having reason to believe that a Notam is missing, irzxaplete, or
inaccurate shall notify the responsible person.
' g. Vehicle Identification. FAA employees who operate vehicles on an
airport shall amply with the airport owner's rules for vehicle marking,
lighting, and operations, unless FAA requirements are more stringent.
' Vehicles operated by FAA employees on active runways, taxiways, or safet
y
areas shall be marked with orange and white flags or flashing yellow beacons
• during daylight hairs, and with flashing yellow beacons at night. contractors
I. and suppliers shall be informed of the applicable requirements of the airport
sponsor by the FAA or airport sponsor employee responsible for the work.
' h. Controlling Ac ess To Aircraft Operational Areas
(1) Vehicle and Pedestrian access routes for airport construction and
maintenance shall be controlled as necessary to prevent inadvertent or
'• unauthorized entry of persons, vehicles, and animals. The amount of
construction traffic or local security/safety rules ray require use of
personnel to control access through gates or fencing, or across aircraft
' movement areas. Radio con-amications may be required between these personnel
and a Control lower if equignesnt and personnel mist enter or cross an active
Aircraft Movement Area. -
' (2) Vehicle Parkins areas for FAA and contractor employees shall be
designated in advance to minimize vehicle traffic in aircraft movement areas
while still providing reasonable employee aces to the job site.
' 9. STANp4?RD SAFETY SPECIFICATIONS. General safety provisions which apply
during contract work on airports are contained in the following documents:
' a. Facilities and Ecuipment (F & E) Program projects - Additional General
Provisions, FAA P -1, Clause No. 75, "Special Precautions for Work at Operating
Ain:ports "
' b. Airport Irprwerent Program (AIP) projects - Advisory circular
150/5370-10, "Standards for Specifying Construction of Airports," General
' Provisions 40-05, Maintenanoe'of Traffic; 70-08, Barricades, Warning Signs,
and Hazard Narking; 80-04, Limitation of Cperaticns.
[]
I
I Par 8
Page 13
SW 5200 -SA
.3%6%39
10. P DJIXT SvECTFTCATICtS. Specific safety reguir rents for a project hey be
devel0ped using the Guide in lipeniix 1 of this Order, or may be written or
provide} in ct5er for wtiich provide sinila_r guidance. The project rafety
requis-eants shall be included in the pans and specifications, as atnlicable,
when an invitation fcr bids is issued.
Q n P. Watson.
Regional Administrator
Page 14 cs_ c
qrt
Y 5.
i•.
I.
1
APPENDIX C
1
1
1
1
1
1
1
1
I.
I:
APPENDIX D
List of Supplies/Materials that the U.S. Government Has
Determined Are Not Produced In the United States In Sufficient
' and Reasonably Available Quantities And of Sufficient Quality
(Jan 1991)
' Acetylene, black.
Agar, bulk.
Anise.
Antimony, as metal or oxide.
Asbestos, amosite, chrys-
olite, and crocidolite.
Bananas.
Bauxite.
Beef, corned, canned.
Beef extract.
Bephenium Hydroxynapthoate.
Bismuth.
Books, trade, text,
technical, or scientific;
newspapers; pamphlets;
magazines; periodicals;
printed briefs and films;
not printed in the United
States and for which
domestics editions are not
available.
Brazil nuts, unroasted.
Cadmium, ores and flue dust.
Calcium cyanamide.
Capers.
Cashew nuts.
Castor beans and castor oil.
Chalk, English.
Chestnuts.
Chicle.
Chrome ore or chromite.
Cinchona bark.
Cobalt, in cathodes,
rondelles, or other primary
ore and metal forms.
.Cocoa beans.
Coconut and coconut meat,
unsweetened, in shredded,
desiccated or similarly
prepared form.
Coffee, raw or green bean.
Colchicine alkaloid, raw.
Copra.
Cork, wood or bark and waste.
Cover glass, microscope
slide.
Cryolite, natural.
Dammar gum.
1
Diamonds, industrial, stones
and abrasives.
Emetine, bulk.
Ergot, crude.
Erthrityl tetranitrate.
Fair linen, altar.
Fibers of the following
types: abaca, abace, agave,
coir, flax, jute, jute
burlaps, palmyra and sisal.
Goat and kidskins.
Graphite, natural, crystal-
line, crucible grade.
Handsewing needles.
Hemp yarn.
Hog bristles for brushes.
Hyoscine, bulk.
Ipecac, root.
Iodine, crude.
Kaurigum.
Lac.
Leather, sheepskin, hair
type.
Lavender oil.
Manganese.
Menthol, natural bulk.
Mica.
Microprocessor chips (brought
onto a construction site as
separate units for incor-
poration into building
systems during construction
or repair and alteration of
real property.)
Nickel, primary, in ingots.,
pigs, shots, cathodes, or
similar forms; nickel oxide
and nickel salts.
Nitroguanidine (also known as
picrite).
Nux vomica, crude.
oiticica oil.
Olive Oil.
1
APPENDIX D
List of supplies/Materials that the U.S.
Determined Are Not Produced Jr. the United
and Reasonably Available Quantities And o
(Jan 1991) (CONTINUED)
olives (green), pitted or
unpitted, or stuffed, in
bulk.
Opium, crude.
Oranges, mandarin, canned.
Petroleum, crude oil, un-
finished oils, and finished
products (see definitions
below)
Pine needle oil.
Platinum and related group
•metals, refined, as sponge,
powder, ingots, or•cast
bars.
Pyrethrum flowers.
Quartz crystals.
Quebracho.
Quinidine.
Quinine.
Rabbit fur felt.
Radium salts, source and
special nuclear materials.
Rosettes.
Rubber, crude and latex.
Rutile.
Santenin, crude.
Secretin.
Shellac.
Silk, raw and unmanufactured.
Spare and replacement parts
for equipment of foreign
manufacture, and for which
domestic parts are not
available.
Spices and herbs, in bulk.
Sugars, raw.
Swords and scabbards.
Talc, block, steatite.
Tantalum.
Tapioca flour and cassava.
Tartar, crude; tartaric acid
and cream of tartar in bulk.
Tea in bulk.
Thread, metallic (gold).
Thyme cif.
Tin in bars, blocks, and
pigs.
Triprolidine hydrochloride.
2
Government Has
States In Sufficient
f Sufficient Quality
Tungsten.
Vanilla beans.
Venom, cobra.
Wax, canauba.
Woods; logs, veneer, and
lumber of the followinc
species: Alaskan yellow
cedar, angelique, balsa,
ekki, greenhart, lignuit
vitae, mahogany, and teak
Yarn, 50 Denier rayon.
L
I
I
I
;l
I
I
L
IT
I
I
I
I
I
I
II
I. APPENDIX D
List of Supplies/Materials that the U.S. Government Has
Determined Are Not produced In the United States In Sufficient
and Reasonably Available Quantities And of Sufficient Quality
(Jan 1991) (CONTINUED)
' Petroleum terms are used as follows:
"Crude oil" means crude petroleum, as it is produced at the
wellhead, and liquids (under atmospheric conditions) that
' have been recovered from mixtures of hydrocarbons that
existed in a vaporous phase in a reservoir and that are not
natural gas products.
' "Finished products" means any one or more of the following
petroleum oils, or a mixture or combination of these oils,
to be used without further processing except blending by
mechanical means:
(A) "Asphalt" - a solid or semi -solid cementitious
' material that (1) gradually liquefies when heated, (2)
has bitumins as its predominating constituents, and (3)
is obtained in refining crude oil.
I
I
I
I
(B) "Fuel oil" - a liquid or liqu
product burned for lighting or for
heat or power and derived directly
crude oil, such as kerosene, range
oils, gas oil, diesel fuel, topped
residues.
efiable petroleum
the generation of
or indirectly from
oil, distillate fuel
crude oil, or
(C) "Gasoline" - a refined petroleum distillate that,
by its consumption, is suitable for use as a carburant
in internal combustion engines.
(D) "Jet fuel" - a refined petroleum distillate used
to fuel jet propulsion engines.
(E) "Liquefied gases" - hydrocarbon gases recovered
from natural gas or produced from petroleum refining
and kept under pressure to maintain a liquid state at
ambient temperatures.
' (F) "Lubricating oil" - a refined petroleum distillate
or specially treated petroleum residue used to lessen
friction between surfaces.
' (G) "Naphtha" - a refined petroleum distillate falling
within a distillation range overlapping the higher
gasoline and the lower kerosenes.
3
I
Ii
APPENDIX D
1
1
1
1
II
II
II
STORM WATER POLLUTION
PREVENTION PLAN
FOR
CONSTRUCTION ACTIVITY
OF
TAXIWAY EXTENSTION,
BLAST PADS,
OBSTRUCTION REMOVAL AND
DRAINAGE AND GRADING
IMPROVEMENTS
AT
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
UNDER NPDES GENERAL
PERMIT NO. ARRIOA000
MAY, 1993
Prepared By:
McClelland Consulting Engineers, Inc.
1810 North Cofege, P.O. Box 1229
Fayettevfe, Arkansas 72702
(501) 443-2377
I
TABLE OF CONTENTS
SECTION PAGE NO.
I INTRODUCTION 1
II SITE DESCRIPTION 3 - 5
Sequence of Activity 3
Site Description 3
Sources of Pollution 5
III CONTROLS 6 - 10
Erosion and Sediment Controls 6
Structural Practices 8
' Storm Water Management 8
Other Controls 8
Inspections 9
I
Maintenance 10
IV CERTIFICATION STATEMENT 11
V. APPENDIX
o Notice of Intent
o Sample Inspection Form
' 0 Sample Soil Disturbance Log
o Sample Rainfall Event Log
o Notice of Termination
1
I. INTRODUCTION
The City of Fayetteville plans to construct certain improvements to
Drake Field, Fayetteville Municipal Airport. The project includes
the construction of a taxiway extension with associated earthwork
covering approximately 5 acres. Also, obstruction removal of
trees, fences and etc., are planned along the west side of the
airport near the south end of the runway with associated drainage
channel improvements covering approximately 16 acres. The project
is scheduled to begin in July, 1993.
The Owner of the project is the City of Fayetteville, Arkansas. The
principal engineer for the project is McClelland Consulting
Engineers, Inc., Fayetteville, Arkansas. The General Contractor
for the project will be selected through competitive bidding.
Several subcontractors will likely be required to perform various
site construction activities.
The Arkansas Department of Pollution Control and Ecology (ADPC&E).
requires all owners/operators of construction sites of five (5)
acres or larger of disturbed area, to submit a Notice of Intent to
be permitted for storm water discharge. The purpose of this permit
is to control and/or eliminate the release of pollutants and
sediment from construction site via storm water run-off. There are
many methods of controlling the quality of storm water run-off.
- I -
The purpose of this Storm Water Pollution Prevention Plan (SWPPP)
is to define the methods selected to control run-off from the site
of the Superior Industries plant expansion. Some of the methods
discussed in this plan will be erosion and sediment control,
structural controls, storm water management, maintenance,
inspection, etc.
The Drawings for the various phases of construction indicated or
will indicate existing structural controls, temporary controls
(during construction), and storm water management controls (post
construction). These drawings are bound with the project
construction drawings.
- 2 -
II. SITE DESCRIPTION
Sequence of Activity
The following is a list of earthwork disturbing type activities
which are anticipated during the construction of this project.
They are listed in the order in which they will be performed.
Clearing and Grubbing
Topsoil Stripping and Stockpiling
Waste Excavation
Embankment
Pavement Construction
Final Grading
Seeding and Mulching
Landscaping
Site Description
The project site includes a total of 500 acres of which the new
construction is to cover approximately 22 acres. The direction of
drainage flow across the site is generally in a west to east
direction. Existing structural controls, in the forms of existing
drainage inlets and pipes, swales and ditches, route the storm
water run-off, from the west portion of the property eastward
toward existing drainage channels which carry the runoff eastward
at which point the runoff leaves the property in Wards Slough.
The total run-off leaving the construction site will include
approximately ten (10)
acres from
the
taxiway
and
approximately
thirty-four (34) acres
from on -site
and
nearly
1800
acres from an
- 3 -
upstream drainage basin for the south obstruction removal and
drainage work.
The rainfall run-off coefficient will only slightly increase once
construction is complete. The disturbed portion of the project
site will be paved (5%) and landscaped, seeded and sodded (95%).
A weighted run-off coefficient was calculated based on the increase
in impervious area and the remaining areas of vegetation. The
approximate slope of the finished site will be 2%. Based on this
information the run-off coefficient for the finished site, is
estimated to be 0.38.
The existing topsoil material will be excavated and stockpiled for
later use over the disturbed area of the property. The two areas
of the project will be excavated with the excavation material being
used as embankment and as on -site waste material. The excavated
and waste material will be a silty clay and will be exposed over
portions of
the
project site.
Paved
taxiway
slopes
approximately
1.5
percent will be part
of the
finished
grade.
excavated and embankment area will be exposed to rainfall and
subject to being eroded and carried off site following rainfall
storm events until temporary or final seeding and mulching is
placed.
This erosion has
the potential
to impact receiving waters
through
natural sediment
accumulation.
Storm water run-off flows
by gravity, overland to swales, inlets, drainage pipes and ditches
eastward
to Wards
Slough which
flows eastward to
the West
Fork of
the White
River.
The ultimate
receiving water is
Beaver
Lake.
The Engineer has prepared a set of plans for the initial grading
and erosion control consisting of three (3) sheets. The Grading
Plans show the initial and finished subgrade contours of the site,
the direction and slope of the drainage paths during construction.
The Erosion Control and Storm Water Management plans show the
location of storm water control to be used during the construction
phase, as well as the discharge point. The Erosion Control Details
identify typical erosion control structures proposed for use on
this project.
- 5 -
IldNgtI'Wi
Erosion and Sediment Control
Existing and permanent structural controls divert most storm water
around the site. Therefore, only the rainfall which falls directly
upon the site has the potential to erode from the site.
The initial grading phase of construction will disturb
approximately 5 acres on the north portion and approximately 16
acres on the south portion. The plans indicate non-structural
controls to minimize the soil erosion and trap the sediment on
site. These controls include straw bale ditch checks, filter
fabric barriers and temporary seeding to control velocity and the
volume of sediment in the storm water run-off. These controls will
be increased as necessary to control erosion and sediment
discharge.
The additional phase of construction will involve the installation
of structural controls consisting of storm drainage piping, inlets
and channels to receive storm water surface run-off. The inlets
will be surrounded by straw bales to control sediment from entering
the storm drainage system and leaving the site. The permanent
controls around the inlets will be pavement and grass turf to
control sediment discharge. The channel slopes will be seeded
mulched with a protective matting.
- 6 -
Inspection logs will be kept by the Contractor which indicate the
dates of soil disturbing activities, as required by the permit.
The drainage area adjacent to the work area, should be maintained
with the existing grass throughout the construction period
regardless of construction activities on the site. When and if,
activities require that the soil be disturbed in the area,
appropriate measures will be taken to minimize erosion in this
area. Scheduling of temporary and final seeding operations will
occur upon the completion of soil disturbing activities in each
work phase for those areas not requiring further disturbance.
Structural Practices
The existing off -site structural control which prevent storm water
run-off from entering the site will reduce the burden of the
planned facilities to control and handle the storm water run-off
volume. The planned temporary and permanent controls are designed
and shall be construction to adequately control the erosion and
retain the maximized amount of sediment in the storm water within
the project site.
Storm Water Management
Once the project is complete the planned storm water drainage
system will be functional. Each of the inlets will be surrounded
by pavement or sod. The inlets surrounded by sod will have the
- 7 -
grass cover to serve as a sediment filter. Except for the
entrances, the perimeter will be surrounded by a strip of
vegetation i.e. grass, trees, and landscaping.
Other Controls
Class 7 base, or other similar gravel material, will be placed in
the drive lanes prior to exiting the site, in an effort to minimize
off -site tracking of mud. Significant deposits of mud, that finds
its way to the streets adjoining the project site, shall be scraped
up and disposed of in an appropriate manner.
Inspections
The Owners and his Contractors shall each appoint as necessary, a
qualified person(s) to conduct regularly scheduled inspections.
Inspections shall be conducted, with a minimum frequency of every
seven (7) calendar days or within 24 hours following the end of at
least a 0.5 inch (h inch) rainfall event, whichever is the
earliest. Sample Inspection Forms to be completed by the
Contractor are included in the Appendix. During the inspection,
the following areas (as a minimum) will be inspected:
• Disturbed areas - All areas of disturbed soil i.e. bare
soil with no ground cover shall be inspected for signs of
' washing and erosion.
Material Storage Areas - All central storage areas where
' materials/chemicals are stored for signs of spills,
leaks, and possible contamination.
-8-
II
I
1
Erosion and sediment control measures - Inspect all
erosion and sediment control measures for signs of wear,
damage, remaining capacity level, usefulness, etc.
Discharge Locations - Immediately following, and possibly 1
during, a significant rainfall event, inspect all
discharge locations to ascertain the effectiveness of the
control measures.
Entrance/Exit Locations - Inspect all exit points from
the site for evidence of vehicle tracking.
The inspector shall complete an inspection form for each inspection
performed. As a minimum, the inspection farm shall contain the
following information:
o Name and Location of the Project.
o Name and title of the Inspector.
o Date and time of the inspection.
o Scope of the inspection.
o Major observations made during the inspection.
o Actions taken as a result of the inspection.
Maintenance
Maintenance of sediment and control measures shall be performed as
deemed necessary from regularly scheduled inspections. Maintenance
will be performed in, but not limited to, the following areas:
Vegetation Areas - Weather permitting, vegetation areas
will be re -seeded as necessary to maintain a sufficient
ground cover to aid in erosion and sediment control.
Filter Fabric Barrier - Filter and fencing material will
be repaired and/or replaced as necessary to maintain
effectiveness due to damage and over capacity,
respectively.
Velocity Dissipation Devices (straw bales) - Same 1
maintenance provisions as filter fabric barrier above.
1
9 -
1
n
I
' storm Water Inlet control (straw bales) - Same
maintenance provisions as filter fabric barrier above.
' Exit Drives - Provide gravel as necessary to minimize
off -site tracking and/or scrape up mud from adjoining
City streets and dispose of properly.
I
I
I
L
I
I
I
I
L
I
-10-
I
I
IV. CERTIFICATION STATEMENT
I
DRAKE FIELD IMPROVEMENTS
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
CERTIFICATION
" I certify under penalty of lay that I understand the terms and
conditions of the general National Pollutant Discharge Elimination
System (NPDES) permit that authorizes the storm water discharges
associated with industrial activity from the construction site '
identified as part of this certification."
General Contractor
Name
Title
C
[.
Date I
I
I
I
I
I
NCTICF: OF INTENT
SUBJECT: ltoticc: Cl Intent- to be Covered Under NFDES Genera] Permit
7.FRJOA000 (Discharges of Storm Water Associated with
Industrial hctivity from Constructicn Activity)
1. It is requested that the fe]]owing facility be covered
under general permit ARL]OAOOO for storm water asscciated
with industrial activity :res, constructior. activity. As
required by the general permit, the fcl]owinc ir.fornation
i n Submitteed. - 1
a. Name and nailing address and/or location (latitude
and longitude to the nearest 15 seconds) of the
construction site for which the NOI is submitted:
1
b. Name, address, and telephone number of the owner or
operator submitting this NC]:
c. List the name(s), address and telephone numbers of i
any operator(s)(contractors) that have been
identified as having day-to-day operational control
at the time of NCI submittal:
I
I
1
(Use additional sheets, as necessary)
3
1
I
' d. Construction site ownership status: federal _ state
public _ private _ other (describe)
e. Latitude and longitude to the approximate center of the
construction site to the nearest 15 seconds (if not
submitted in a. above)
Latitude deg.' " North
Longitude deg. " West
f. (1) If discharge is to surface water, give name of
receiving stream:
(2) if discharge is to a municipal storm sewer, give
'name of municipality receiving storm water:
AND ALSO
Name of ultimate receiving water:
' g. Does the facility have existing quantitative data
describing its storm water discharge(s)? (Do not submit
data unless requested by Director)
Yes No
Ii. Project start date:
'
Project completion date:
'Estimate (in acres) the total
amount of soil to be disturbed:
' i. For new discharges, date coverage desired:
j. By certification in Section 3 below, the owner or
' operator certifies that the storm water pollution
prevention plan for the site had been prepared for the
site in accordance with Part III.C of this permit, and
provides, or will provide, for compliance with approved
state or local sediment and erosion plans, local storm
water permits or storm water management plans in
accordance with Part III.C.4.(b).4 of this permit.
(Do not submit plans or permits with this NOI)
4
k. J:, t;': cc:ntruction rctivity Jieind conduct. d try
(-fly Jic2-at i O3::
Yet No
if "Yes", the owner or operator, by signature in Secticn
3 below, cert1lies that the corporation is reo,stered
with the Secretary of State of Arkansas.
Has the owner or cp<=.rator previously :=ubnitted, or have
on file with the Department, a cc:r.•nlete "Disclosure Form"
ras required by Act 454 of 1991?
Yes _ Date Submitted Division
No
If the answer above is "No", the owner or operator must
complete and submit the "Disclosure Form" included with
this NOI. Additional copies of the Disclosure Form may
be obtained from ADPCE.
2. Cognizant Official (Duly Authorized Representative)
a. 40 CFR 122.22(b) states that all reports required by the
permit, or other information requested by the Director,
shall be signed by the applicant (or person authorized by
the applicant) or by a duly authorized representative of
that person. A person is a duly authorized
representative only if:
(1) the authorization is made in writing by the
applicant (or perscn authorized by the applicant);
(2) the authorization specifies either an individual or
a position having responsibility for the overall
operation of the regulated facility or activity
such as the position of plant manager,
superintendent, position of equal responsibility,
or an individual or position having overall
responsibility for environmental matters for the
company.
(3) the authorization is submitted to the Director.
I
5
Li
I
I
' b. The applicant hereby designates the following person as
cognizant official, or duly authorized representative,
for signing reports, including Discharge Monitoring
' Reports (DMR), etc., required by the permit, and other
information requested by the Director:
Name Title
By signature in Section 3 below, the applicant certifies
' that the above named individual is qualified to act as a
duly authorized representative under the provisions of 40
CFR 122.22(b). (NOTE: If no duly authorized
' representative is designated herein, the Department
considers the applicant to be the cognizant official for
the facility and only reports signed by the applicant
will be accepted by the Department)
I. Certification and Signatory Requirements:
' a. Signature on Application (Notice of Intent): The
application or Notice of Intent must be signed below by
a person authorized under the provisions of federal and
state law. Applicants should be familiar with the
' provisions of 40 CFR 122.22 pertaining to signatory
authority which are included in the general permit in
Section V.I.
b. Certification: The applicant and any person signing a
document required under this permit must make the
following certification:
" I certify under penalty of law that this document and
all attachments were prepared under my direction or
supervision in accordance with a system designed to
assure that qualified personnel properly gather and
evaluate the information submitted. Based on my inquiry
of the person or persons who manage the system, or those
persons directly responsible for gathering the
information, the information submitted is, to the best of
my knowledge and belief, true, accurate, and complete.
I am aware that there are significant penalties for
submitting false information, including the possibility
of fine and imprisonment for knowing violations."
Typed or Printed Name Title
' Signature Date Signed
6
I
STORM WATER MANAGEMENT
Inspector
Name
INSPECTION FORM
FOR
DRAKE FIELD IMPROVEMENTS
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
Title
Scope of Inspection:
➢isturbed Areas: _ Good
Comments:
Material Storage Area: _ Good
Comments:.
Date
Date of
Last Inspection
Poor _ See Comments
Erosion & Sediment Controls: _ Good
Comrents:
Discharge Points: _ Good
Comments:
Vehicle Tracking: _ Good
Comments:
MAJOR OBSERVATIONS:
ACTIONS TAKEN:
Poor _ See Comments
Poor _ See Comments
Poor _ See Comments
Poor _ See Comments
Tine
I
I
1
1
1
I
i
1
I
I
I
I
1
1
1
I
I
I
STORM WATER MANAGEMENT
SOIL DISTURBANCE LOG
FOR
DRAKE FIELD IMPROVEMENTS
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
Activity Involving Disturbance:
' Location on Project Site:
Date Started:
Date Terminated:
' Soil Stabilization Measures Initiated:
I' Date Initiated:
' COMMENTS:
STORM WATER MANAGEMENT
RAINFALL EVENT LOG
FOR
DRAKE FIELD IMPROVEMENTS
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
Date & Time Event:
Duration
(in hours)
Inches of
Precipitation
Time Since Last Measurable
Rainfall Event $peStr LISS}
Started Stopped
I
L
I
I
U
L
U
I
U
U
I
L
L
L
I
I
I
I
Li
LII
1
[II
NOTICE OF TERMINATION
FOR DISCHARGES OF STORM WATER
ASSOCIATED WITH CONSTRUCTION ACTIVITY
AUTHORIZED UNDER NPDES GENERAL PERMIT ARR10A000
When all storm water discharges associated with industrial activity
at the site that are authorized by NPDES General Permit ARR1OA000
are eliminated, the operator of the facility may submit a Notice of
Termination (NOT) to the Director by certified mail. The following
form may be used for submitting the NOT.
SUBJECT: Notice of Termination of Storm Water Discharges
' Associated with Industrial Activity from Construction
Activity
' 1. It is requested that authority to discharge storm water
• associated with industrial activity at the facility identified
herein be terminated. As required by the general permit, the
following information is submitted:'
a. Name and address of the construction site (if mailing
address is not available, give location in Latitude and
Longitude to the nearest 15 seconds):
U.
b. The owner's name, address, and telephone number:
1
c. The name, address and telephone number of the operator
addressed by the NOT (if different from owner):
1
U
1
I
I
d u,;rcr shir at atu,:
OCera J sLte _ _ _ '
orivatr 1n)"lic '
other (describe briefly): _ __
54
The NPDES number for the storm water discharge identified
by the Notice o1 Termination: _
Certification:
"I certify under penalty of law that disturbed soils at the
identified facility have been finally stabilized and temporary
erosion and sediment control measures have been removed or
will be removed at an appropriate time, or that all storm
water discharges associated with construction activities from
the identified site that are authorized by a NPDES general
permit have been eliminated. I understand that by submitting
this Notice of Termination, I am no longer authorized to
discharge storm water by the general permit, and that
discharging pollutants in storm water associated with
industrial activity to waters of the State is unlawful under
the Clean Water Act and the Arkansas Water and Air Pollution
Control Act where the discharge is not authorized by a NPDES
permit."
Typed cr Printed Name
Signature
`a
T ..
Date Signed
I
I
L
I
I
I
I
I
I
I
I
I
I
I