Loading...
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