Loading...
HomeMy WebLinkAbout97-99 RESOLUTION• RESOLUTION NO 97-99 A RESOLUTION AWARDING BID NO. 99-57 IN THE AMOUNT OF $281,547.83, TO PAVEMENT SPECIALIST, INC.; APPROVING A PROJECT CONTINGENCY AMOUNT OF $31,552; APPROVING $6,000 FOR MATERIALS TESTING, FOR THE TERMINAL APRON REHABILITATION PROJECT; AND APPROVAL OF A BUDGET ADJUSTMENT TO COVER THE PROJECT CONTINGENCY IN THE AMOUNT OF $33,813. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1 That the City Council hereby awards Bid No. 99-57 in the amount of $281,547.83, to Pavement Specialist, Inc.; approves a project contingency in the amount of $31,552 approves $6,000 for materials testing, for the terminal apron rehabilitation project; and authorizes the Mayor and City Clerk to execute a contract for said amounts. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section ?. The City Council hereby approves a budget adjustment to cover the project contingency in the amount of $33,813 increasing Terminal Ramp Rehabilitation, Acct. 5550 3960 7820 27, Project No. 99044 1 by decreasing Use of Fund Balance, Acct. No. 5550 0955 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 20th day of July , 1999. • 5 • 4• . • .m,••• Heather Woodruff, City C APPROVE By red Hanna, Mayor XX AGENDA REQUEST XX CONTRACT REVIEW _ GRANT REVIEW For the Fayetteville City Council meeting of • STAFF REVIEW FORM July 20. 1999 RECEIVED JUL ' ' 2 1999 CITY OF FAYETTEVILLE CITY CLERK'S OFFICE FROM: Dale Frederick Airport General GMT. Name Division Department ACTION REQUIRED: Airport staff requests approval of the contract for the Terminal Apron Rehabilitation Project with Pavement Specialist, Inc. for a negotiated low bid amount of $281,547.83. When the Airport is officially notified of the FAA's approval and grant award, the Mayor's signature is requested on the contract. The grant is date sensitive, and staff requests that the Mayor be given the authority to accept and sign the FAA grant upon its arrival. This project will be funded with a 90% FAA Grant; a 5% request from the State Aeronautics Board; and 5% reimbursement through previously collected Airport Passenger Facility Charges. A project contingency of approxiamately ll% ($31,552.00) to cover unforeseen project expenditure and $6,000.00 for materials testing is requested. A budget adjustment to cover the project contingency and increased cost over the original project estimate is requested. COST TO CITY: $ 319.100.00 Cost of this Request 5550-3960-7820.27 Account Number 99044 Project Number $ 286 000.00 Category/Project Budget $ 713.00 Funds used to date $ 285.287.00 Remaining Balance Terminal Ramp Rehab. Category/Project Name Fixed Assets Program Name Airport Fund Szt2 X B & It l JVLQci udget Coo Administrative Services Director X Budget Adjustment Attached NTRAQT/G '�� /L./ ♦.. . /i// Acc EASE REVIEW e X9-9, d. O -S) Date 4k (0-30 `i� Date ity Attorney Purchasing Officer 4 al Auditor Date STAFF RECOMMENDATION: Airport staff recommends approval. 40 a _ 2_e2r. cc ' , il 6 $ 9 Division Head Date t, 1" I,ct •i L.Ii, As_ Admi at vyS ices Director Mayo Cross Reference New Item: Yes Prev. Ord/Res#: Orig Cont. Date: No • 1 FAYETTEVILLE AIRPORT DEPARTMENT THE CITY OF FAYETTEVILLE, ARKANSAS TO: Fayetteville City Council THRU• Fred Hanna, Mayor FROM: Dale Frederick, Airport Manager ifYlita1ST DATE: JUNE 28,1999 SUBJECT: CONTRACT APPROVAL WITH PAVEMENT SPECIALISTS, INC. FOR THE TERMINAL APRON REHABILITATION The Airport staff requests approval of the contract for the Terminal Apron Rehabilitation Project with Pavement Specialist, Inc. for a negotiated low bid amount of $281,548.00. When the Airport is officially notified of the FAA's approval and grant award, the Airport will request the Mayor's signature on the contract. The Airport Board recommended the award of this contract at their meeting on June 3, 1999. The grant is date sensitive, and the Airport Staff requests that the Mayor be given the authority to accept and sign the FAA grant upon its arrival This is an Airport Improvement Project and will be funded 90% with FAA Grant #27; 5% request from the State Aeronautics Board; and 5% reimbursement through previously collected Airport Passenger Facility Charges. A project contingency of 10% and a budget adjustment is requested. The project contingency will cover any unforeseen project expenditures, and the budget adjustment will cover the project contingency and the increased cost over the original project estimate. DF/bjm Attachments: Contract Review Form Specifications and Contract Documents Bid Tabulation Budget Adjustment 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701 PHONE 501-521-4750 Ext. 6 • FAX 501-521-1735 �1 U.S. Department of Transportation Federal Aviation Administration June 23, 1999 The Honorable Fred Hanna Mayor of Fayetteville 113 West Mountain Fayetteville, AR 72701 Dear Mayor Hanna: Southwest Region Arkansas. Louisiana, New Mexico, Oklahoma. Texas Fort Worth. Texas 76193-0000 RECEIVED JUN 2 8 1998 AIRPORT Your request for assistance under the Airport Improvement Program, as authorized by Title 49 United States Code, for Drake Field has been approved for Fiscal Year 1999. The allocation is as follows: Federal Funds: Project No.: Development: $400,000 3-05-0020-27-99 Rehabilitate Terminal Apron This allocation may be used only for the development described above and you are expected to proceed without delay. Our Airports Division representative, Mr. Donald Harris, will contact you within 7 days to provide any assistance you may need and to work with you to establish a project schedule. This schedule will include a timely grant offer being made based on bids. This allocation is tentative and will remain valid so long as the project formulation is proceeding on the schedule. Failure to meet the schedule will jeopardize project funding and could lead to withdrawal of the tentative allocation. We look forward to working with you and your staff toward the successful completion of this project. Sincerely, Original Signed By: Donald C. Harris Edward N. Agnew Manager, Arkansas/Oklahoma Airports Development Office • Commitment to Excellence—Our Commitment to You strisdntgsgay uwdV-saads\oot9L6 TOTAL CONSTRUCTION AMOUNT IA 'O S 9 n NW O N0 O A o - a N WN luawaned JJd ,.b1 6" Econocrete Base Course VI '0 i VI f 3 N A 11.4 W N N S S 3 n E. O n �" nn n d n 3' 3 0 3w n w m m ,O. a. CI) n to w 3' 0 .11ed3N pedS alaiauoJ C m uoneneax3 lnafapun Concrete Pavement Removal N O O NJ 0 O O uonandwd aUS r N Aco O O 401 N CO N O O VI NJ LA (A J N O A N N 0 b 0 0 N N N H Vt A NJ W 0 V. W A N 0 O in O O b O O O co co O O et VI H M N N O O W J w N N N 0 VI VI 0 IJ N 0 0 w U 0 0 0 O co O O O O co O O O O b 0 b b b 0 b b 0 0 alV WI.LS3 S,2133NIDN3 la LA WI 6o. 0 b N J 0 W to O LA IA H N NV O N A. O 00 0 A P O O O O O N 4A N N J 4.41 w H O N LA La 0 W LA CO O O V .0 a 0 4 {q .-- H N A A M N W VO - W N J J y "O V C CO N N A 0 0 0 Lo 0 0 0 H N A N N U H N H H M W NJ N A O O 0 N O P O O N N 0 0 Na 0 0 O o 0 o O 0 O O 0 O 0 o O O O O o o co O to VA N df 1A M W N N N 00 N P N A W A P N 0 `D o O O O 0 .40 0 0 0 0 G 0 0 0 O O 0 C 0 0 0 0 0 0 0 0 0 0 0 City of Fayetteville, Arkansas Budget Adjustment Form 'EXHIBIT B Budget Year 1999 Department: General Government Division: Airport Program: Airport Capital Date Requested 06/28/99 Adjustment # Project or Item Requested: Additional funding is requested for the Terminal Apron Rehabilitation Project. Project or Item Deleted: None. Use of fund balance is proposed for this a adjustment. Justification of this Increase: The funds are needed to provide sufficient budget to fully fund the bid, project contingency, and testing expenses associated with the project. The additional funds will allow the necessary maintenance work to be performed and preserve the apron in a more usable condition. Justification of this Decrease: Sufficient cash & investments exist to fund this request and comply with City policy. Increase Expense (Decrease Revenue) Account Name Amount Account Number Project Number Terminal Ramp Rehabilitation 33,813 5550 3960 7820 27 99044 1 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number 5550 0955 4999 99 Use of Fund Balance 33,813 Approval Signatures Bu get Manager Department Director Date Date Budget Office Use Only Type: A B C Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log E Blue Copy: Budget & Research / Yellow Copy: Requeste D:\DATAV9BUDGEJ\BUDGTAD.ATERM_I 1 1 FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Dale Frederick, Airport Manager From: Heather Woodruff, City Clerk Date: July 26, 1999 Attached is a copy of the resolution and the contract awarding Bid 99-57 to Pavement Specialists, Inc. I am also returning five originals for you to distribute. Your purchase requisition has been forwarded to the Internal Auditor for a contract number. The original resolution and one contract will be microfilmed and filed with the City Clerk. cc: Yolanda Fields, Internal Auditor Steve Davis, Budget and Research • STAFF REVIEW FORM AGENDA REQUEST XX CONTRACT REVIEW xX GRANT REVIEW For the Fayetteville City Council meeting of N/A 1 Avfori- 7-261 FAA 06 -0.4 -1 - Pe S. 6- +- P°s. t1 -)—i01 RECEIVED JUl 2 9 1999 CIN OF FAYETTEVILLE CITY CLERKS OFFICE FROM: Dale Frederick Airport General GMT. Name Division Department ACTION REQUIRED: The Airport staff requests the Mayor's signature accepting Airport Improvement Program Grant Number 3-05-0020-2799 in the amount of $284,457.00. This grant acceptance was approved by City Council on July 20, 1999. COST TO CITY: SiPegtfl Cha Qasica Cost of this Request Category/Project >sto - ogss - 6 10 -2.} $ 0.00 Terminal Ramp Rehab. Budget Category/Project Name N/A Program Name Airport Account Number 44est}G Project Number Funds used to date S tDo Remaining Balance Fund BiGETI?(IEW: Budgeted Iten B'All d•et Coordinator (\ Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: ',21%-G% Date 7 5 Date Mae`C1 Purchasing Officer Date GRANTING AGENCY: ADA Coordinator,, .. AA��'' Date altik4C ternal Auditor Date STAFF RECOMMENDATION: Airport Staff recommends approval of this grant. AciicrV'e Services Director iLi Mayr 122 Date Vol ate Cross Reference New Item: Yes Prev Ord/Res#: Orig Cont. Date: No STAFF REVIEW FORM Page 2 Description: AIP GRANT ACCEPTANCE #27 Meeting date: N/A Comments: Budget Coordinator Reference Comments: Accounting Manager Reference Comments: City Attorney Reference Comments: Purchasing Officer Reference Comments: ADA Coordinator Reference Comments: Internal Auditor Reference Comments: FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Yolanda Fields, Internal Auditor From: Theresa Johnson, Deputy City Clerk Date: July 30, 1999 Re: FAA Airport Improvement Program Grant Attached please find a copy of the contract for the FAA grant. The original has been returned to Brenda Moss of Airport Administration for distribution. A copy of the grant application will be microfilmed and filed with the City Clerk. FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Fred Hanna, Mayor FROM: Dale Frederick, Airport Manager DATE: July 27, 1999 SUBJECT: APPROVAL OF AIP GRANT #27 FOR THE TERMINAL RAMP REHABILITATION. The Airport requests your signature on the attached Airport Improvement Program Grant Acceptance Form. The council's permission to accept this grant was included with the approval of the contract with Pavement Specialists, Incorporated for this project on July 20, 1999. ATTACHMENTS: Contract Review Form Original and Copy of Grant �1 U.S. Department of Transportation Federal Aviation Administration July 22, 1999 The Honorable Fred Hanna Mayor of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 Dear Mayor Hanna: Enclosed are the original and orne;lcopy of the Grant Offer for Airport Improvement Program (AIP) Project No. 3-05-0020- 7 at Fayetteville Municipal Airport, Fayetteville, Arkansas, to rehabilitate the terminal apron pavement. Southwest Region Arkansas. Louisiana. New Mexico. Oklahoma. Texas Fort Worth. Texas 76193-0000 R ECEIVED JUL 261998 AIRPORT After the Grant Offer has been accepted and executed, please return the original via overnight mail to Mr. Don Harris, Federal Aviation Administration, 2601 Meacham Boulevard, Fort Worth, TX 76137-4298. The copy is for your files. Please insure that the date of the attorney's signature does not precede the date of acceptance signature of the grant. The current Sponsor's Assurances are incorporated in this Grant Agreement. We direct your attention to Assurance No. 25, "Airport Revenue." By acceptance of this grant offer, you are assuring the Federal Government that all airport revenues are being used only for airport purposes or other transportation purposes identified in this assurance This applies to aeronautical lease revenue as well as non aviation uses of airport property, such as industrial, recreational, or agricultural. If you have any questions about the applicability of this provision, please contact your Arkansas/Oklahoma ADO program manager. Sincerely, Edward N. Agnew Manager, Arkansas/Oklahoma Airports Development Office Enclosure (2) Commitment to Excellence --Our Commitment to You • U.S. Department of Transportation Federal Aviation Administration Dcctelo GRANT AGREEMENT FOR DEVELOPMENT PROJECT PART I -OFFER Date of Offer: July 22,1999 Project No. 3-05-0020-2799 Airport: Fayetteville Municipal (Drake Field) Contract No. DOT FA 99 SW -8017 TO: City of Fayetteville (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 11, 1999, for a grant of Federal funds for a project for development of the Fayetteville Municipal (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: Rehabilitate Terminal Apron all as more particularly described in the property map and plans and specifications incorporated in the said Application for Federal Assistance. FAA Fonn 5100-37 (10-89) Development or Noise Program ASW Form 5100-37 (1-99) Page 1 of 5 Pages NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49, United States Code, herein called "Title 49 U.S.C.," 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 $284,457.00. 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 Title 49 U.S.C. 3. Payment of the United States share of the allowable project costs will be made pursuant to and in accordance with the provisions of such regulations and procedures as the Secretary shall prescribe. Final determination of the United States share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 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 on or before thirty days from Grant Offer date or such subsequent date as may be prescribed in writing by the FAA. 7. The sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been expended. For the purposes of this grant agreement, the term "Federal funds" means funds, however, used or disbursed by the sponsor that were originally paid pursuant to this or any other Federal grant agreement. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order or judgment, to the Secretary. It shall famish 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. 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 for Grant No. 3-05-0020-2799. FAA Form 5100.37 (10-89) Development or Noise Program ASW Form 5100-37 (1-99) Page 2 of 5 Pages • 11. 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. 12. If a letter of credit is to be used, the sponsor ogees to request cash drawdowns on the authorized letter of credit only 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. 13. The Sponsor agrees to perform the following, if this project contains more than $250,000 of paving: 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 Materials 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, and 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. An interim test and quality control report shall be submitted, if requested by the FAA. c. Failure to provide a complete report as described in paragraph b, or failure to perform such tests, shall, absent any compelling justification, result in a reduction in Federal participation for costs incurred in connection with construction of the applicable pavement. Such reduction shall be at the discretion of the FAA and will be based on the type or types of required tests not performed or not documented and will be commensurate with the proportion of applicable pavement with respect to the total pavement constructed under the grant agreement. d. The FAA, at its discretion, reserves the right to conduct independent tests and to reduce grant payments accordingly if such independent tests determine that sponsor test results are inaccurate. 14. The plans and specifications referred to on Page 1 of this Grant Agreement are the plans and specifications identified as Sponsor contract Rehabilitate Terminal Apron. FAA Form 5100.37 (1049) Development or Noise Program ASW Form 5100-37 (1-99) Page 3 of 5 Pages 15. The sponsor attests any automated facility, technology system, or equipment acquired, assessed, tested, installed or repaired under this Airport Improvement Program project has completed, or will complete, successful verification and validation of the year 2000 (Y2K) date change data processing. The sponsor shall ensure Y2K compliance of the facilities, systems, or equipment prior to its acceptance and/or commissioning to verify it meets operational standards. The sponsor must provide for continuous operation and maintenance of such, or alternate courses of action. The future Y2K awareness, assessment (including associated testing), renovation, validation, and implementation work related to the project will be the responsibility of the sponsor or its contractor. The Government will not participate in additional costs of Y2K assessment, testing, or repair work for the automated data processing subject to this grant agreement. 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 Title 49 U.S.C., 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 AMERICA FEDERAL AVIATION ADMINISTRATION dedeealii Edward N. Agnew, Manager Arkansas/Oklahoma Airports Development Office FAA Form 5100-37 (10-89) Development or Noise Program ASW Form 5100-37 (1-99) Page 4 of 5 Pages PART 11- ACCEPTANCE The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the Project Application. Executed this off day of/jyz,,/ 199% j/' / City of Fayetteville (Name of Sport ) (SEAL) 1, y �O5F That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Arkansas. Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor relating thereto, and fmd 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 Title 49 U.S.C. 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. By: nsor's DEsignated Official Representative) Title: /why°, Attest: Title: C/Ty CLQ CERTIFICATE OF SPONSOR'S ATTORNEY , acting as Attorney for the Sponsor do hereby certify Dated at this a9 day of 'uty ,19 99 . tom- (Signa re of Sp—asors Attorney) FAA Form 5100.37 (10-89) Development or Noise Program ASW Form 5100.37 (1.99) Page 5 of 5 Pages OMS Approval No. 03484043 APPLICATION FOR FEDERAL ASSISTANCE 2. DATE SUBMITTED 6-10-99 Applicant Identifier I.TYPE OF SUBMISSION 3. DATE RECEIVED BY STATE State Application Identifier Application Reapplication grj Contraction 0 Conmuction 4. DATE RECEIVED BY FEDERAL AGENCY Federal Idendfia ❑Nen ran,tt,mm 0 Non -Construction & - /1- 9 9 3. APPLICANT INFORMATION Legal Name Organizational Unit City of Fayetteville Fayetteville Municipal Airport Board Address (give thy , minty. zona, and 'p code) Name and telephone number of the person to be contacted on mantra involving this ggli d (give area code) PO Box 590, Fayetteville, Alt 72702 Dale Frederick (501) 718-7640 6. EMPLOYER IDENTIFICATION NUMBER (EDI): 7. TYPE OF APPLICATION: (enter nWpcprise letter in bon) C A. Sm H. Independent School District 71 - 6018462 B. County L Sm Controlled Institution of Higher Louring C. Municipal 1. Private University D. Township IC India Tribe E. Intone L. Individual F. Intamonicipal M. Profit Organization G. Special District N. Other (Specify) 8. TYPE OF APPLICATION 9. NAME OF FEDERAL AGENCY 0 New 0 CmmKtion ❑ Revision Federal Aviation Administration If Revision. atm apptopriae ImaO) in boa (es) ❑ ❑ ASW 630 A. blame Awad B. Decrease Awad C In nate Duration Forth Worth, TX 76193-0630 D. Decrease Duration F. Other (specify) 10. CATALOG OF FEDERAL DOMESTIC 20-106 II. DESCRIPTIVE TITLE OF APPLICANTS PROJECT ASSISTANCE NUMBER Terminal Apron Rehabilitation TITLE AIP 3-05-0020-27-99 12. AREAS AFFECTED BY PROJECT (tido. counties. suns. ac.) Fayetteville, Washington, AR 13. PROPOSED PROJECT M. CONGRESSIONAL DISTRICT OF START DATE ENDING DATE a APPLICANT b PROJECT 7/99 11/99 03 03 13. ESTIMATED FUNDING 16.1S APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS? a Federal $284,457.87 a YES THIS PREAPPLICATIOWAPPLICATION WAS MADE AVAILABLE TO THE STATE EXECUTIVE ORDER 12372 PRMFSS FOR REVIEW ON b. Applicata $16 303 21 DATE 6-10-99 c. State $15,803.22 b. NO ❑ PROGRAM IS NOT COVERED BY E.O. 12372 d Local $ ❑ OR PROGRAM HAS NOT BEEN SELECTED BY STATE FOR REVIEW c.Odm $ L Program Intoner $ 17.15 THE APPLICANT DELINQUENT ON ANY FEDERAL DEBT g. TOTAL $316,564.30 ❑ YES IF "YES' ATTACH AN EXPLANATION ® 140 18. TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION ARE TRUE AND CORRECT. THE DOCUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF ASSISTANCE IS AWARDED a Typed Name of Authorised Representative b Tide e. Meehan Number Dale Frederick Airport Manager (501) 718-7640 a Signets= of Authorized Representative a Dec S fined -suA,A/o i4 s S Purim Edition Na Usable Authorized for Local Reproduction Standard Form 424 (REV4-88) Prescribed by OMS Circular A-102 DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMZNISfRAT1ON PART II PROJECT APPROVAL INFORMATION SECTION A • OMB NO. SO -R0164 Item 1. Does this assistance request require State, local, regional, or other priority rating? Name of Governing Body _ Priority Rating _ ❑ Yes ® No Item 2. Does this assistance request require State, or local advisory, Name of Agency or educational or health clearances ? Board _ O Yes ® No (Attach Documentation) Item 3. Does this assistance request require clearinghouse review in (Attach Comments) accordance with OMB Circular A-95? Submitted June 10, 1999 N Yes 0 No Item 4. Does this assistance request require State, local, regional or other Name of Approving Agency planning approval? Date _ ❑ Yes ® No Item 5. Is the proposed project covered by an approved comprehensive plan? Check one: State 0 Local 0 Regional 0 NYes 0 No Location of plan Airport Master Plan Item 6. Will the assistance requested serve a Federal Name of Federal Installation installation? ❑ Yes ® No Federal Population benefiting from Projects Item 7. Will the assistance requested be on Federal land or installation? ❑ Yes ® No Name of Federal Installation _ Location of Federal Land _ Percent of Project _ Item 8. Will the assistance requested have an impact or effect on the environment? 0 Yes ® No See instruction for additional information to be provided. Item 9. Will the assistance requested cause the displacement of Number of: individuals families, business, or farms? Individuals O Yes ® No Families Businesses Farms Item 10. Is there other related Federal assistance on this See instructions for additional information to be provided. project previous, pending, or anticipated? ❑ Yes ® No •Siam character of property interest in cach urn and lin and identify for each dl exceptions, =cumbrance. and Same interests of every kind end nanuc, including lieu, casements, lever, etc. The sryante arm of land need only be id=tifed bet by the arca numb= shown the property map. FAA Form 5100-100 (4-76) Page 3a • • e DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION , OMB No. 04.R0209 • PART II - SECTION C (SECTION B OMITTED) The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use. - The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: none 2. Defaults. - The Sponsor is not in default on any obligation to the United States or any agency of the United States government relative to the development, operation, or maintenance of any airport, except as stated herewith: none 3. Possible Disabilities. - There are not facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport of the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: none 4. Land. - (a) The Sponsor holds the following property interest in the following areas of land' which are to be developed or used as part of or in connection with the airport, subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the property map designated as Exhibit "A". Existing title was approved under previous projects. Status of title is unchanged since approval. 'Sum character of property interest in each area and lin and idcnrify for each all a «prions, eacumbmnca, and dvme interest, of tray kind and nature, including lino, easements, Itasca, etc. The pone arca of WW nerd only be identified here by dw area minters shown co the properly map. FAA Form 5100-100 (4-76) Page 3a DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB N. 6o -R6161 PART II- SECTION C (Continued) The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of landon which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A": none (c) The Sponsor will acquire within a reasonable item, and if feasible prior to the completion of all construction work under the Project, the following property interest in the following areas of lands which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit "A": none 5. Exclusive Rights. - There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the Sponsor except as follows: none FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM SI00-10 PAGES I THRU 7 Page 4 DEPART 4DIT OF TRANSPORTATION. FEDERAL AVIATION ADMINISTRATION OMB No. E0�R0I64 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL Federal Domestic Assistance Catalog No ..............................20-106 20-106 Functional or Other Breakout ........................................... AlP 3-05-0020-27-99 SECTION B - CALCULATION OF FEDERAL GRANT Cost Classification Use only for revisions Total Amount Required Latest Approved Amount Adjustment + or (-) 1. Administrative expense $ $ $ 1,000.00 2. Preliminary expense 3. Land, structures, right-of-way 4. Architectural engineering basic fees 9,650.00 5. Other architectural engineering fees 24,300.00 6. Project inspection fees 7. Land development 8. Relocation expenses 9. Relocation payments to individuals and businesses 10. Demolition and removal 11. Construction and project improvement 281,614.30 12. Equipment 13. Miscellaneous 14. Total (Lines I through 13) 316,564.30 15. Estimated income (if applicable) 16. Net Project Amount (line 14 minus 15) 316,564.30 17. Less: Ineligible Exclusions 500.00 18. Add: Contingencies 19. Total Project Amt. (excluding rehabilitation grants) 316,064.30 20. Federal Share requested of line 19 284,457.87 21. Add rehabilitation grants requested (100 percent) 22. Total Federal grant requested (lines 20 & 21) 284,457.87 23. Grantee share 16,303.21 24. Other shares 15,803.22 25. Total Project (Lines 22,23 & 24) 316,56430 FAA Forth 5100.100 (6-73) SUPERSEDES FAA FORM SI00-I0 PAGES I THRU 7 Page 4 DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB No. 6O.ROI66 SECTION C - EXCLUSIONS Classification 26. Ineligible for Participation (1) Excluded from Contingency Provision (2) a. $ $ b. C. d. e. f. g. h. TOTALS $ $ SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 27. Grantee Share $ 16,303.21 a. Securities b. Mortgages c. Appropriations (by applicant) 16,303.21 d. Bonds e. Tax Levies f. Non Cash g. Other (explain h. TOTAL - grantee share 16,303.21 28. Other Shares 15,803.22 a. State 15,803.22 b. Other c. Total other shares 15,803.22 29. TOTAL $ 32,106.43 SECTION E - REMARKS The following documents are attached hereto and incorporated herein: 1. Title VI Assurances The following documents are incorporated herein by reference: 1. Plans & Specifications approved by the FAA. 2. Property Map - Exhibit "A" dated September 24, 1993. PART IV PROGRAM NARRATIVE (Attach - See Instructions) FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM S100-10 PAGES I THRU 7 Page 5 Part IV — Program Narrative Terminal Apron Rehabilitation Fayetteville Municipal Airport AIP 3-05-0020-27-99 The terminal apron at Fayetteville Municipal Airport is showing signs of deterioration and is need of rehabilitation. Cores taken in the pavement indicate 11 inches of PCC over 4 inches of black base. Prevalent distresses include cracking, joint seal damage, patching, popouts, crazing/scaling, and joint and comer spalling. The apron has been visually inspected and the location, type, and severity of each distress has been recorded. This project will include the construction of joint and crack cleaning and sealing, spall repairs, and full -depth reconstruction on the terminal apron. This phased construction will be performed in accordance with the construction safety plan while maintaining airport operations. An estimated project budget is attached. FAYETTEVILLE MUNICIPAL AIRPORT AIP 3-05-0020-27-99 TERMINAL APRON REHABILITATION June 2, 1999 Item Estimated No. Description ?Unit Ouantity Unit Price Amount SP -2-4.1 Site Preparation L.S. 100% $27,000.00 $27,000.00 SP-3-4.la Concrete Pavement Removal S.Y. 400 $38.31 $15,324.00 SP-3-4.lb Undercut Excavation C.Y. 20 $153.14 $3,062.80 SP -4-5.1 Concrete Spall Repair S.F. 2,800 $53.29 $149,212.00 SP-5-5.la Joint Cleaning and Sealing L.F. 22,000 $1.99 $43,780.00 in PCC Pavement SP-5-5.lb Crack Cleaning and Sealing L.F. 500 $2.89 $1,445.00 in PCC Pavement P-306-5.1 6" Econocrete Base Course S.Y. 400 $27.00 $10,800.00 P-501-8.1 14" PCC Pavement S.Y. 400 $72.69 $29,076.00 P-620-5.1 Runway and Taxiway Painting S.F. 150 $9.43 $1,414.50 SC-04 Third Party Insurance L.S. 100% $500.00 $500.00 'non-AIP eligible TOTAL ESTIMATED CONSTRUCTION COST $281,614.30 ADMINISTRATION $1,000.00 SURVEYS FOR DESIGN $3,200.00 ENGINEERING REPORT/PRELIMINARY AND FINAL PLANS PREPARATION $9,650.00 CONSTRUCTION SUPPORT SERVICES $15,100.00 CONSTRUCTION MATERIALS TESTING $6,000.00 TOTAL ESTIMATED PROJECT COST $316,56430 TOTAL ESTIMATED AIP ELIGIBLE AMOUNT $316,06430 FEDERAL SHARE (AIP) $284,457.87 STATE SHARE $15,803.22 LOCAL SHARE $16,303.21 CERTIFICATION REGARDING DRUG -FREE WORKPLACE REQUIREMENTS A. The grantee certifies that it will or will continue to provide a drug -free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition: (b) Establishing an ongoing drug -free awareness program to inform employees about - (1) The dangers of drug abuse in the workplace; (2) The grantee's policy of maintaining a drug -free workplace; (3) Any available drug counseling, rehabilitation, and employee assistance programs; and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant, the employee will - (1) Abide by the terms of the statement; and (2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction; (e) Notifying the agency in writing, within ten calendar days after receiving notice under paragraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grant officer or other designee on whose grant activity the convicted employee was working, unless the Federal agency has designated a central point for the receipt of such notices. Notices shall include the identification number(s) of each affected grant; (1) Taking one of the following actions, within 30 calendar days of receiving notice under paragraph (d)(2) with respect to any employee who is so convicted - (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug -free workplace through implementation of paragraphs (a), (b), (c), (d), (e), and (f), B. The grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific grant: Place of Performance (Street address, city, county, state, zip code) Fayetteville Municipal Airport 4500 School Ave. Suite F Fayetteville, AR 72701 Check M if the re are workplaces on file thatarenot identified here. s Q c c Signed: i -,n _ ` Dated: �-e 1 I C7 r Dale Frederick, Airport Manager Typed name and Title of Sponsor Representative STANDARD DOT TITLE VI ASSURANCES Fayetteville Municipal Airport Board (hereinafter referred to as the Sponsor) hereby agrees that as a condition to receiving Federal financial assistance from the Department of Transportation (DOT), it will comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et sen.) and all requirements imposed by 49 CFR Part 21, - Nondiscrimination in Federally Assisted Programs of the Department to Transportation -- Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the "Regulations") to the end that no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement. Without limiting the above general assurance, the sponsor agrees concerning this grant that: 1. Each "program" and "facility" (as defined in Sections 21.23(e) and 21.23(b) ) will be conducted or operated in compliance with all requirements of the Regulations. 2. It will insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 3. Where Federal financial assistance is received to construct a facility, or part of a facility, the assurance shall extend to the entire facility and facilities operated in connection therewith. 4. Where Federal financial assistance is in the form or for the acquisition of real property or an interest in real property, the assurance shall extend to rights to space on, over, or under such property. 5. It will include the appropriate clauses set forth in Attachment 2 of this assurance, as a covenant running with the land, in any future deeds, leases, permits, licenses, and similar agreements entered into by the sponsor with other parties: (a) for the subsequent transfer of real property acquired or improved with Federal financial assistance under this Project; and (b) for the construction or use of or access to space on, over, or under real property acquired or improved with Federal financial assistance under this Project. 6. This assurance obligates the Sponsor for the period during which Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the sponsor or any transferee for the longer or 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. 7. It will provide for such methods of administration for the program as are found by the Secretary of Transportation or the official to whom he delegates specific authority to have reasonable guarantee that I, other sponsors, subgrantees, contractors, subcontractors, transferees, successors in interest and other participants or Federal financial assistance under such program will comply with all requirements imposed or pursuant to the Act, the Regulations, and this assurance. 8. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the Act, the Regulations and this assurance. THIS ASSURANCE is given in consideration of and for the purpose of obtaining Federal fmancial assistance for this Project and is binding on its contractors, the sponsor, subcontractors, transferees, successors in interest and other participants in the Project. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Sponsor. Dated: Fayetteville Municipal Airport Board Sponsor By: Signature o Authorized Official CONTRACTOR CONTRACTUAL REQUIREMENTS AlIACHMENTI During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in Federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: (a) withholding of payments to the contractor under the contract until the contractor complies, and/or (b) cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contract becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the Untied States. CLAUSES FOR DEEDS, LICENSES, LEASES. PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the sponsor pursuant to the provisions of Assurance 5(a) and 5(b). 1. The (grantee, licensee, lessee, permitee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a DOT program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, leasee, permitee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. 2. The (grantee, licensee, lessee, permitee, etc., as appropriate) for himself, his personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that: (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permitee, etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. CERTIFICATION FOR CONTRACTS. GRANTS. LOANS AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31. U.S. code. Any person who fails to file the required certification shall be subject to a civil penalty of not less that $10,000 and not more than $100,000 for each such failure. Signed: Dated: -J Una I 4 �7 Sponsor's Authorized Representative PART 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 for airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term -public agency sponsor means a public agency with control of a public -use airport the term "private sponsor means a private owner of a public -use airport; and the term "sponsor includes both public agency 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. 8. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of the grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise 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 date of acceptance of a grant offer of Federal funds for the project However, there shall be no limit on the duration of the assurance against exclusive rights or the terns, conditions and assurances with respect to real property acquired with Federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances. 2. Airport Development or Noise Compatibility 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 the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of 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, and 34 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 Certification. The sponsor hereby assures and certifies, with respect to this grant that: 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. Title 49, U.S.C., subtitle VII, as amended. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seq.1 C. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act - 5 U.S.C. 1501, et seg.2 a. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, t. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(1).1 9. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469c.1 h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et seq. I. Clean Air Act, P.L. 90-148, as amended. j. Coastal Zone Management Act, P.L 93-205, as amended. k. Flood Disaster Protection Ad of 1973 - Section 102(a) - 42 U.S.C. 4012a.1 I. Title 49 ,U.S.C., Section 303, (formerly known as Section 4(9) m. Rehabilitation Act of 1973- 29U.S.C. 794. n. Civil Rights Ad of 1964 - Title Va - 42 U.S.C. 20004 through d4. 0. Age Discrimination Act of 1975 -42 U.S.C. 6101, et seq. p. American Indian Religious Freedom Act, P.L 95341, as amended. q Architecture) Barriers Ad of 1968 -42 U.S.C. 4151, et seg.1 r. Powerplant and Industrial Fuel Use Act of 1978 - Section 403.2 U.S.C. 8373.1 s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq.1 t. Copeland Antikickbadc Act - 18 U.S.C. 874.1 u. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq.1 v. Wild and Scenic Rivers Ad, P.L 90542, as amended. w. Single Audit Ad of 1984 - 31 U.S.C. 7501, M sed.2 x. Drug -Free Workplace Act of 1988-41 U.S.C. 702 through 706. Executive Orders Executive Order 11246 - Equal Employment Opportunity' Executive Order 11990 - Protection of Wetlands Executive Order 11998 - FloodPlain Management Executive Order 12372 - Intergovernmental Review of Federal Programs. ' --I, v- I Preserving Rights and Powers. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in the grant agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. It will not sell, lease, encumber, or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in the grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States Code, to assume the obligations of the grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement. c. For all noise 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 non-compliance 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 non- compliance with the terms 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 to insure that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in the grant agreement and shall insure that such arrangement also requires compliance therewith. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. For noise compatibility program projects, other than land acquisition, to be carried out on property not owned by the airport and over which property another 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 agencys plans regarding the property. 7. Consideration of Local Interest It has given fair consideration to the interest of communities in or near where the project may be located. 8. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. 9. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with 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 where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, it assures or certifies that it has implemented an effective airport pavement maintenance -management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. Airport Assurances (06/02/97) V- 3 19. Operation and Maintenance. a. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. 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. In furtherance of this assurance, the sponsor will have in effect 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 Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight attitudes) 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. Compatible Land Use. It will take appropriate action, including the adoption of zoning laws, to the extent reasonable, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause or permitany change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimination. a. It will make its airport available as an airport for public use on reasonable terms and without unjust discrimination, to any person, firm, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport. b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or to engage 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 reasonable, and not unjustly discriminatory, basis to all users thereof, and (2) charge reasonable, and not unjustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. Each fixed -based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e. Each air carrier using such airport (whether as a tenant, nontenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges 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 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 classification 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 commercial aeronautical service providers authorized by the sponsor under these provisions. h. The sponsor may establish such reasonable, 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. Airport Assurances (06/02/97) V- 5 27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that - a. Five (5) or more Government aircraft areregularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather -reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan 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 plans 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 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 the 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. Civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits, or (b) the period during which the sponsor retains ownership or possession of the property. 31. Disposal of Land a. For land purchased under a grant for airport noise compatibility purposes, it will dispose of the land, when the land is no longer needed for such purposes, 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 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 purposes (other than noise compatibility), 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 eligible project exists. Airport Asnuanccs (06/02/97) CURRENT FAA ADVISORY CIRCULARS FOR AIP/PFC PROJECTS Updated on: 7/1/99 The following apply to both AIP and PFC Projects NUMBER TITLE 7017460-1 J Obstruction Marking and Lighting 150/5000-13 Announcement of Availability—RTCA Inc., Document RTCA-221, Guidance and Recommended Requirements for Airport Surface Movement Sensors 150/5210-58 Painting, Marking and Lighting of Vehicles Used on an Airport 150/5210-7B Aircraft Fire and Rescue Communications 150/5210-13A Water Rescue Plans, Facilities, and Equipment 150/5210-14A Airport Fire and Rescue Personnel Protective Clothing 150/5210-15 Airport Rescue & Firefighting Station Building Design 150/5210-18 Systems for Interactive Training of Airport Personnel 150/5210.19 Driver's Enhanced Vision System (DEVS) 15015220-4B Water Supply Systems for Aircraft Fire and Rescue Protection 150/5220.108 Guide Specification for Water/Foam Type Aircraft Rescue and Firefighting Vehicles 150/5220.138 Runway Surface Condition Sensor Specification Guide 15015220-16B Automated Weather Observing Systems for NonFederal Applications 150/5220.17A Design Standards for Aircraft Rescue Firefighting Training Facilities 150/5220-18 Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 150/5220-19 Guide Specification for Small, Dual -Agent Aircraft Rescue and Firefighting Vehicles 150/5220-20, CHG 1 Airport Snow and Ice Control Equipment 150/5220-21A Guide Specification for Lifts Used to Board Airline Passengers With Mobility Impairments 150/5300-13, CHG 1, 2, 3, 4, 5 Airport Design 150/5300-14 Design of Aircraft Deicing Facilities 150/5320-5B Airport Drainage 150/5320.6D Airport Pavement Design and Evaluation 150/5320-12C Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces 150/5320-14 Airport Landscaping for Noise Control Purposes 150/5320-16 Airport Pavement. Design for the Boeing 777 Airplane 150/5325-4A, CHG 1 Runway Length Requirements for Airport Design 150/5340-1G Standards for Airport Markings 150/5340.4C, CHG 1 & 2 Installation Details for Runway Centerline Touchdown Zone Lighting Systems 150/5340-5B, CHG 1 Segmented Circle Airport Marker System 150/5340-148, CHG 1 & 2 Economy Approach Lighting Aids 150/5340-178 Standby Power for Non -FAA Airport Lighting Systems 150/5340.180, CHG I Standards for Airport Sign Systems 150/5340-19 Taxiway Centerline Lighting System 150/5340-21 Airport Miscellaneous Lighting Visual Aids 150/5340.236 Supplemental Wind Cones 150/5340-24, CHG 1 Runway and Taxiway Edge Lighting. System 150/5340-27A Air -to -Ground Radio Control of Airport Lighting Systems 150/5345-3D Specification for L821 Panels for Remote Control of Airport Lighting 150/5345-5A Circuit Selector Switch 150/5345-70, CHG 1 Specification for L824 Underground Electrical Cable for Airport Lighting Circuits 1 of2 PART 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 for airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the tens "public agency sponsor" means a public agency with control of a public -use airport; the term "private sponsor means a private owner of a public -use airport; and the term "sponsor includes both public agency 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 Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of the grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise 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 date of acceptance of a grant offer of Federal funds for the project However, there shall be no limit on the duration of the assurance against exclusive rights or the terms, conditions and assurances with respect to real property acquired with Federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified In the assurances. 2. Airport Development or Noise Compatibility 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 the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of 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, and 34 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 Certification. The sponsor hereby assures and certifies, with respect to thisgrant that General Federal Requirements. h willcomply.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. Title 49, U.S.C., subtitle VII, as amended. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seg.1 c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et sea. d. Hatch Act -S 5 U.S.C. 1501, et sea.2 e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, f f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(0.1 g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469c.1 h. Native Americans Grave Repatriation Act -25 U.S.C. Section 3001, et sec. i. Clean AirAct, P.L 9D-148, as amended. j. Coastal Zone Management Act, P.L 93-205, as amended. k. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.1 L Title 49 ,U.S.C., Section 303, (for merly:known as Section 4(f)) m. Rehabilitation Act 011973-29 U.S.C. 794. n. Civil Rights Act of 1964 -Title VI -42 U.S.C. 2000d through d4. o. Age Discrimination Act of 1975 -42 U.S.C. 6101, at sea. p. American Indian Religious Freedom Act, P.L 95-341, as amended. q Architectural BarriersAct of 1968 42 U.S.C. 4151, el sea.1 r. Powerplant and Industrial Fuel Use Act of 1978 - Section 403-2 U.S.C. 8373.1 s. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et sec.1 t. Copeland Antklckback Act - 18 U.S.C. 874.1 u. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et sea) v. Wild and Scenic Rivers Act, P.L 90542, as amended. w. Single Audit Act of 1984 - 31 U.S.C. 7501, et sea.2 x. Drug -Free Workplace Ad of 1988 - 41 U.S.C. 702 through 706. Executive Orders Executive Order 11246 - Equal Employment Opportunity) Executive Order 11990- Protection of Wetlands Executive Order 11998- FloodPlain Management Executive Order 12372 - Intergovernmental Review of Federal Programs. Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Constroctionl Executive Order 12898 - Environmental Justice Federal Regulations a. 14 CFR Part 13 - Investigative and Enforcement Procedures. b. 14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. C. 14 CFR Part 150 -Airport noise compatibility planning. d. 29 CFR Part I - Procedures for predetermination of wage rates.1 e. 29 CFR Part 3 - Contractors and subcontractors on public building or public work financed in whole or part by loans or grants from the United States.1 29 CFR Part 5 -Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to nonconstruction contracts subject to the Contract Work Hours and Safety Standards Ad). g. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements).) h. 49 CFR Part 18 - Uniform administrative requirements for grants and cooperative agreements to state and local govemments.3 i. 49 CFR Part 20 - New restrictions on lobbying. j. 49 CFR Part 21 - Nondiscrimination in federally -assisted programs of the Department of Transportation - effectuation of Title VI of the Civil Rights Act of 1964. k. 49 CFR Part 23 - Participation by minority business enterprise in Department of Transportation programs. 49 CFR Part 24 - Uniform relocation assistance and real property acquisition for Federal and federally assisted programs.1 2 M. 49 CFR Part 27 - Nondiscrimination on the basis of handicap in programs and activities receiving or benefitting from Federal financial assistance.1 n. 49 CFR Part 29 - Govemmentwide debarment and suspension (non -procurement) and governmentwide requirements for drug -free workplace (grants). 0. 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. p. 49 CFR Part 41 - Seismic safety of Federal and federally assisted or regulated new building construction.1 Office of Management and Budget Circulars a. A-87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments. b - A-128 -Audits of State and Local Governments. 1 These laws do not apply to airport;planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 18 and OMB Circular A-87 contain requirements for State and Local Governments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. 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 duty adopted or passed as an official act of the applicants 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 ad -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 this application; and to provide such additional information as may be required. 3 Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under the grant agreement which it will own or control. 4. Good Title. a. It holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. 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 (06/01/97) V- 2 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in the grant agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. It will not sell, lease, encumber, or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in the grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States Code, to assume the obligations of the grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement. c. For all noise 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 non-compliance 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 non- compliance with the terms 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. 1. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in the grant agreement and shall insure that such arrangement also requires compliance therewith. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that am authorized by the State in which the project is located to plan for the development of the area surrounding the airport. For noise compatibility program projects, other than land acquisition, lobe carried out on property not owned by the airport and over which property another 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 the property. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 8. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. 9. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with 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 where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1. 1995, for the replacement or reconstruction of pavement at the airport, it assures or certifies that it has implemented an effective airport pavement maintenance management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. Airport Assurances (06/07197) V- 3 • - A 12. Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, 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 and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Recordkeeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of the grant, the total cost of the project in connection with which the grant is given or used, and the amount or 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 are pertinent to the grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which the grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six (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. Veteran's Preference. It shall include in all contracts for work on any project funded under the grant agreement which involve labor, such provisions as are necessary to insure 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 47112 of Title 49, United States Code. 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 Specifieatjons. 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 of the Secretary, shall be incorporated into this grant agreement. Any modification to the approved plans, specifications, and schedules shall also be subject to approval of the Secretary, and incorporated 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 to the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning 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 the modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. 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. e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant 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 right to disapprove the use of the sponsors 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. Airport Assurances (06/02/97) V- 4 19. Operation and Maintenance a. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. 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 dose the airport for nonaeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for - (1) Operating the airports 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 Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect 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. Compatible Land Use. It will take appropriate action, including the adoption of zoning laws, to the extent reasonable, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause. or permit any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimination. a. It will make its airport available as an airport for public use on reasonable terms and without unjust discrimination, to any person, firm, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport. b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or to engage 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 reasonable, and not unjustly discriminatory, basis to all users thereof, and (2) charge reasonable, and not unjustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. Each fixed -based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based operator that Is authorized or permitted by the airport to serve any air carrier at such airport. e. Each air carrier using such airport (whether as a tenant, nontenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges 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 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 classification 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 commercial aeronautical service providers authorized by the sponsor under these provisions. h. The sponsor may establish such reasonable, 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. Airport Assurances (06/02197) V- 5 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 person providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of the 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 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 Title 49, United States Code. 24. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self-sustaining as possible under the circumstances existing at the 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 Title 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. 25. Airport Revenues a. 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 which are 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 the airport, or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operatofs 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 operators 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. b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit will review, and the resulting audit report will provide an opinion concerning, the use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. c. Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Section 47107 of Title 49, United States Code. 26. Reports and Inspections. It will a. submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports available to the public; make available to the public at reasonable times and places a report of the airport budget in a format prescribed by the Secretary; b. for airport development projects, 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 C. for noise compatibility program projects, 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; and d. in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: () all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made: and (i) all services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property. Airport Assurances (06/02/97) V- 6 27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that - a. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather -reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. 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 oftsite 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 plans 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 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 the 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. Civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits, or (b) the period during which the sponsor retains ownership or possession of the property. 31. Disposal of Land a. For land purchased under a grant for airport noise compatibility purposes, it will dispose of the land, when the land Is no longer needed for such purposes, 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 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 purposes (other than noise compatibility), 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 eligible project exists. Airport Assurances (06102/97) V- 7 • { (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 zones) or serve 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 Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no 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 are compatible with noise levels associated with operation of the airport. 32. Engineering and Design Services. It will award each contract, or sub -contract 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 Restrictions. 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 such 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. Policies, 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 AlP projects, dated July 1. 1999,.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 B 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 as required in Subpart D and E of 49 CFR Part 24. (3) It 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. Access By Intercity Buses. The airport owner or operator will permit, to the maximum extent practicable, intercity buses or other modes of transportation to have access to the airport, however, it has no obligation to fund special facilities for intercity buses or for other modes of transportation. Airport Assurances (06/02/97) w R ;, , CURRENT FAA ADVISORY CIRCULARS FOR AIP/PFC PROJECTS Updated on: 7/1/99 The following apply to both AIP and PFC Projects NUMBER TITLE 70/7460-1J Obstruction Marking and Lighting 150/5000-13 Announcement of Availability —RICA Inc., Document RTCA-221, Guidance and Recommended Requirements for Airport Surface Movement Sensors 150/5210-5B Painting, Marking and Lighting of Vehicles Used on an Airport 150/5210-7B Aircraft Fire and Rescue Communications 150/5210-13A Water Rescue Plans, Facilities, and Equipment 150/5210-14A Airport Fire and Rescue Personnel Protective Clothing 150/5210-15 Airport Rescue & Firefighting Station Building Design 150/5210-18 Systems for Interactive Training of Airport Personnel 150/5210-19 Driver's Enhanced Vision System (DEVS) 150/5220-48 Water Supply Systems for Aircraft Fire and Rescue Protection 150/522D -10B Guide Specification for Water/Foam Type Aircraft Rescue and Firefighting Vehicles 150/5220-13B Runway Surface Condition Sensor Specification Guide 150/5220-16B Automated Weather Observing Systems for NonFederal Applications 150/5220-17A Design Standards for Aircraft Rescue Firefighting Training Facilities 150/5220-18 Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials 150/5220-19 Guide Specification for Small, Dual -Agent Aircraft Rescue and Firefighting Vehicles 150/5220-20, CHG 1 Airport Snow and Ice Control Equipment 150/5220-21A Guide Specification for Lifts Used to Board Airline Passengers With Mobility Impairments 150/5300-13, CHG 1, 2, 3, 4, 5 Airport Design 150/5300-14 Design of Aircraft Deicing Facilities 150/5320-58 Airport Drainage 150/5320-6D Airport Pavement Design and Evaluation 15015320-12C Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces 150/5320-14 Airport Landscaping for Noise Control Purposes 150/5320-16 Airport Pavement Design for the Boeing 777 Airplane 150/5325-4A, CHG 1 Runway Length Requirements for Airport Design 150/5340-1G Standards for Airport Markings 150/5340.40, CHG I & 2 Installation Details for Runway Centerline Touchdown Zone Lighting Systems 150/5340-5B, CHG 1 Segmented Circle Airport Marker System 150/5340-148, CHG 1 && 2 Economy Approach Lighting Aids 150/5340-17B Standby Power for Non -FAA Airport Lighting Systems 150/5340-18C, CHG 1 Standards for Airport Sign Systems 150/5340-19 Taxiway Centerline Lighting System 150/5340-21 Airport Miscellaneous Lighting Visual Aids 150/5340-23B Supplemental Wind Cones 150/5340-24, CHG 1 Runway and Taxiway Edge Lighting System 150/5340-27A Air -to -Ground Radio Control of Airport Lighting Systems 150/5345-3D Specification for L821 Panels for Remote Control of Airport Lighting 150/5345-5A Circuit Selector Switch 150/5345-7D, CHG 1 Specification for L824 Underground Electrical Cable for Airport Lighting Circuits 1o12 4 , CURRENT FAA ADVISORY CIRCULARS FOR AIP/PFC PROJECTS Updated on: 7/1/99; NUMBER TITLE 150/5345-10E Specification for Constant Current Regulators Regulator Monitors 150/5345-12C Specification for Airport and Heliport Beacon 150/5345-13A 150/5345-26B, CHG 1 & 2 Specification for L841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits Specification for L823 Plug and Receptacle, Cable Connectors 150/5345-27C Specification for Wind Cone Assemblies 150/5345-28D, CHG 1 Precision Approach Path Indicator (PAPI) Systems 150/5345-39B, CHG 1 FAA Specification L853, Runway and Taxiway Centerline Retroreflective Markers 15015345-42C, CHG 1 Specification for Airport Light Bases, Transformer Housings, Junction Boxes and Accessories 150/534543E Specification for Obstruction Lighting Equipment 150/5345-44F, CHG I Specification for Taxiway and Runway Signs 150/5345-45A Lightweight Approach Light Structure 15015345-46p, Specification for Runway and Taxiway Light Fixtures 150/5345-47A Isolation Transformers for Airport Lighting Systems 150/5345-49A Specification L854, Radio Control Equipment 150/5345-50, CHG 1 Specification for Portable Runway Lights 150/5345-51, CHG 1 Specification for Discharge -Type Flasher Equipment 150/5345.52 Generic Visual Glideslope Indicators (GVGI) 150/5345-53A, (including addendum) Airport Lighting Equipment Certification Program 15015360-9 Planning and Design of Airport Terminal Facilities at NonHub Locations 150/5360-12A Airport Signing & Graphics 150/5360-13, CHG 1 Planning and Design Guidance for Airport Terminal Facilities 150/5370-2C Operational Safety on Airports During Construction 150/5370-t0A CHG 1, 2, 3, 4, 5, 6, 7, 8,9 Standards for Specifying Construction of Airports 150/5390.2A Heliport Design 150/5390.3 Vertiport Design The following apply to AIP Projects only NUMBER TITLE 150/5100-14C Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects 150/5200-30A, CHG 1 & 2 Airport Winter Safety and Operations 150/5200-33 Hazardous Wildlife Attractants On or Near Airports 150/5300.15 Use of Value Engineering for Engineering Design of Airport Grant Projects 150/5370-11, CHG 1 Use of Nondestructive Testing Devices in the Evaluation of Airport Pavements 150/5370.12 150/5370-6B Quality Control of Construction for Airport Grant Projects Construction Progress and Inspection Report -Airport Grant Program The following apply to PFC Projects only NUMBER TITLE 150/500012 Announcement of Availability - Passenger Facility Charge (PFC) Application (FAA Form 5500.1) 2of2 LS17-q9 SPECIFICATIONS AND CONTRACT DOCUMENTS .PREPARED FOR 0 EX EGuT�D PROJECT PREPARED BY: GARVER ENGINEERS Garver, Inc. Engineers 1010 Battery Street P.O. Box 50 Little Rock, Arkansas 72203-0050 501-376-3633 FAX 501-372-8042 L CITY OF FAYETTEVILLE FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS TERMINAL APRON REHABILITATION AIP 3-05-0020-26-99 MAY, 1999 97-6100 CITY OF FAYETTEVILLE ' FAYETTEVILLE MUNICIPALAIRPORT COMMISSION TERMINAL APRON REHABILITATION AIP 3-05-0020-26-99 TABLE OF CONTENTS No. Page No. ' I. GENERAL DOCUMENTS Advertisement for Bids A-1 ' Instructions to Bidders I-1 Special Instruction to Bidders Regarding EEO SI-1 Bid Bond BB -1 ' Disadvantaged Business Enterprise (DBE) Contract Provisions DBE -1 Proposal P-1 Certification of Bidder Regarding EEO EEO -1 ' Certification of Nonsegregated Facilities CNF-1 Certification Regarding Debarment DEBAR -1 Special Notice to Bidders - Buy American -Steel and Manufactured SN-1 ' Products for Construction Contracts Statement of Bidder's Qualifications SBQ-1 List of Proposed Subcontractors LPS-1 ' Contract C-1 Performance Bond PEB-1 Payment Bond PAB-1 ' II. GENERAL PROVISIONS ' Definition of Terms GP -10-1 Proposal Requirements and Conditions GP -20-1 Award and Execution of Contract GP -30-i Scope of Work GP -40-1 Control of Work GP -50-1 Control of Materials GP -60-1 Legal Regulations and Responsibility to Public GP -70-1 Prosecution and Progress GP -80-1 Measurement and Payment GP -90-1 Contractor Quality Control Program GP -100-1 Method of Estimating Percentage of Material Within Specification Limits (PWL) GP -I 10-1 Wage, Labor, EEO, Safety and General Requirements GP 120-1 1l I P1 I ' HI. SPECIAL CONDITIONS Paragraph No. Page No. SC -01 General Description of the Work SC -1 SC -02 Special Instructions SC -I SC -03 Restrictions on Time for Work SC -1 ' SC -04 Insurance SC -2 SC -05 Time for Completion & Liquidated Damages SC -3 SC -06 Legal Holidays SC -5 ' SC -07 Instrument Control SC -5 SC -08 Security and Control of Access SC -5 SC -09 Construction Safety Plan SC -6 ' SC -10 Documents for the Contractor SC -7 SC -11 NOTAMs SC -7 SC -12 Construction Activity and Aircraft Movements SC -7 SC -13 Motorized Vehicles SC -7 SC -14 Clean Up SC -8 SC -15 Project Meetings and Coordination SC -8 ' SC -16 Schedules and Record Documents SC -8 SC -17 Contractor/Subcontractor/Supplier Legal Disputes SC -9 SC -18 Pavement Cores SC -9 SC -19 Measurement and Payment SC -9 IV. CONTRACTOR SAFETY REQUIREMENTS CSR -1 V. TECHNICAL SPECIFICATIONS Item No. SP -1 Specifications, AHTD SP -2 Site Preparation SP -3 Concrete Pavement Removal SP -4 Concrete Spall Repair SP -5 Joint and Crack Cleaning and Sealing in Concrete Pavement P-306 Econocrete Base Course P-501 Portland Cement Concrete Pavement P-605 Joint Sealing Filler P-620 Runway and Taxiway Painting I I Page No. SP -1-1 SP -2-1 SP -3-1 SP -4-1 SP -5-1 P-306-1 P-501-1 P-605-1 P-620-1 I ADVERTISEMENT FOR BIDS Sealed bids for "Terminal Apron Rehabilitation", to be constructed for the City of Fayetteville, at the Fayetteville Municipal Airport, will be received at Room 326 of the City Administration Building, 113 West Mountain, Fayetteville, Arkansas until 2:00 p.m., Wednesday, June 2, 1999, at which time the bids shall be publicly opened and read aloud. The work involves the construction of joint and crack cleaning and sealing, spall repairs, and full -depth reconstruction in PCC pavement. Contract documents, specifications, and drawings, may be seen at the office of Garver Engineers, 3810 Front Street, Suite 10, Fayetteville, Arkansas 72703, or at the office of the Airport Manager. Copies of the Plans and "Contract Documents and Specifications" may be secured from Garver Engineers upon payment of Seventy-five Dollars ($75.00) for each complete set. NO REFUND of payment will be made. Each bid shall be accompanied by a bid guarantee consisting of a firm commitment such as a bid bond, certified check, or other negotiable instrument equivalent to five (5) percent of the amount of the bid, as assurance that the bidder will, upon acceptance of his bid, execute contractual documents within ten (10) calendar days following notice of award. Such bid guarantee shall be made payable to the City of Fayetteville. ' 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. ' 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 percent (10%) 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 for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific ' Americans and Asian -Indian Americans. The apparent successful bidder (proposer) will be required to submit 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). 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 nonresponsive. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The bidder (proposer) must supply all information required by the bid or proposal form. The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a certification where the amount of the subcontract exceeds $10,000. Samples of the certification and the Notice to Subcontractors appear in the specifications. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. I A-1 I For contracts of $50,000 or more, a contractor having 50 or more employees and his subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more will be required to maintain an affirmative action program within 120 days of the commencement of the contract. The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. Mechanics and laborers on the project shall be paid not less than the minimum hourly rates set out in Wage Determination Decision Number AR990007, U.S. Department of Labor, a reproduction of which is bound in the Contract Documents. Act 150 of 1965, Arkansas Statutes, states that a contractor must be licensed by the State Licensing Board of Contractors, or have an application for license on file with the Licensing Board, before he may submit a bid ' for work when the cost thereof is Twenty Thousand Dollars ($20,000.00) or more. The City of Fayetteville reserves the right to reject any or all bids and to waive formalities, except for conditions affecting Executive Order 11246. Bids must remain in effect for 60 days after the bid opening date. ' CITY OF FAYETTEVILLE Fred Hanna, Mayor I I I I Li I I I I A-2 I INSTRUCTIONS TO BIDDERS 1. Explanation to Bidders. Any explanation desired by bidders regarding the meaning or interpretation of the plans and specifications must be requested in sufficient time allowed for a reply to reach them before the submission of their bids. Oral explanations or instructions given before the award of the contract will not be ' binding. Any interpretation made will be in the form of an addendum to the specifications or plans and will be furnished to all bidders by certified mail or by other verifiable means. ' 2. Conditions at Site of Work. Bidders should visit the site to ascertain pertinent local conditions readily determined by inspection and inquiry, such as the location, accessibility, and general character of the site. Other contractors may be working adjacent to the project site; the Contractor shall coordinate through the Engineer to keep potential conflicts at a minimum and to accomplish steady prosecution of the work. 3. Bidder's Oualifications. Before a bid is considered for award, bidder is required by the Owner to submit a ' statement of facts in detail as to his previous experience in performing similar or comparable work, his business organization, financial resources, and plant available to be used in performing the contemplated work. A "Statement of Bidder's Qualifications" is included for this purpose in the bound contract documents (see Table of Contents). This form shall be completed and submitted with the proposal at the time set for the opening of bids. 4. Bid Guarantee. Failure to submit a bid guarantee with the bid may be cause for rejection. The bidder, at his ' option, may furnish a bid bond, postal money order, certified check, or cashier's check, or may deposit, in accordance with Treasury Department regulations, bonds or notes of the United States (at par value) as security in the amount required. In case security is in the form of postal money order, certified check, cashier's check, or bonds or notes of the United States, the Owner may make such disposition of the same as will accomplish the purpose for which ' submitted. Checks may be held uncollected at the bidder's risk. 5. Preparation of Bids. Bids shall be submitted on the forms furnished, or copies thereof, and must be manually ' signed. If erasures or other changes appear on the forms, each such erasure or change must be initialed by the person signing the bid. Bidders may submit proposals on any or all schedules. Schedules not bid upon shall be so signified with the words "No Bid" written in the space provided for "Total Amount Bid" for that schedule. Bidders must quote on all items within a specific schedule; failure to do so may disqualify the bid. 6. Submission of Bids. Bids must be submitted as directed on the proposal form. The proposal forms shall not be submitted separately but shall be attached within and submitted with the entire "Specifications and Contract ' Documents" book. Bids must be submitted in sealed envelopes bearing on the outside: the name of the bidder, his address, and the ' name of the project for which the bid is submitted, and the date of opening. If forwarded by mail, the sealed envelope containing the bid, and marked as directed above, must be enclosed in another envelope properly addressed. 7. Receipt and Opening of Bids. Bids will be submitted prior to the time fixed in the Advertisement for Bids. Bids received after the time so fixed are late bids; late bids will not be considered but will be held unopened and ' returned to the bidder. No responsibility will attach to any person for the premature opening of, or the failure to open, a bid not properly addressed and identified. [_l I-1 I 8. Withdrawals of Bids. Bids may be withdrawn on written or telegraphic request received from bidders prior Ito the time fixed for opening. Negligence on the part of the bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. 9. Bidders Present. At the time fixed for the opening of bids, their contents will be made public for the 'information of bidders and others properly interested, who may be present either in person or by representative. 10. Bidders Interested in More Than One Bid. If more than one bid be offered by any one party, by or in the ' name of his or their clerk, partner, or other person, all such bids will be rejected. A party who has quoted prices to a bidder is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly for the work. 11. DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: A. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. ' B. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. C. If the proposal is not submitted in conformance with the requirements of State and Federal law. I I L -J I I H H 11 I For the bidders information: Act 150 of 1965, as amended, has been interpreted, by the State Contractor's Licensing Board, to require a contractor to have a current Arkansas contractor's license, or an application for a license before the board, in order to submit a valid bid. Act 159 of 1949, as amended, requires the bidder to list his mechanical, plumbing, electrical and roofing and sheet metal subcontractors. Other State laws may affect the submission of bids. The bidder should be familiar with State and Federal laws affecting his bid. D. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of section GP -20. 12. Award of Contract. The above contract will be awarded (pending preaward review and approval by the Federal Aviation Administration) to the lowest responsible bidder on each, price and other factors considered, provided the bid is reasonable and it is in the interest of the Owner to accept it. The contract will be awarded as soon as practicable after federal funds are available. Bids must remain in effect for sixty (60) days after opening thereof. The Owner reserves the right to waive any informality in bids received when such waiver is in the interest of the Owner. In case of error in the extension of prices, the unit price will govern. I I-2 I See the "Award and Execution of Contract" section of the General Provisions of these Contract Documents. ' 13. Resection of Bids. The Owner reserves the right to reject any and all bids when such rejection is in the interest of the Owner; to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature; and to reject the bid of a bidder who is not, in the opinion of the Owner, in a position to perform the contract. All bids may be rejected if the lowest responsive bid received exceeds the Engineer's estimate by more than seven (7) percent and it is determined that an award of contract would cause excessive inflationary impact. 14. Contract and Bonds. The bidder to whom award is made shall, within the time established, enter into a ' written contract with the Owner and furnish certificates of insurance coverage and performance and payment bonds. The bonds shall be in the amount of the awarded contract. Insurance coverage shall be in the amounts indicated in the "Special Conditions" (see Table of Contents). 15. Contractor's Liability Insurance Requirements. The bidder shall provide with the Proposal a listing of both automobile and personal 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 lower 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. ' 16. Third Party Coverage. In the event the bidding documents require the contractor to name the consultant and/or the Owner as additional insured, the bidder shall 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 above the premium for the coverage shown in the Certificate of Insurance submitted with the bid. In the event additional coverage is required by 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. ' 17. Signatory and Contract Submittals. The contract documents call for all bidders, and for the awarded contractor, to complete and/or submit information concerning equal employment opportunity, quality control, ' labor items, etc. Following is a list of the items that each bidder on the project must complete/submit with the sealed bid: ' • Bid Bond (pages BB -1,2) • Proposal (all pages) • Certification Regarding Debarment (Debar -1) ' • Bidder's Qualifications (pages I-1, para. 3; and SBQ-1,2; and para. GP -20-02) • List of Proposed Subcontractors (page LPS-1) • Current Automobile and Liability Insurance Coverage (para. SC -04) 1 I-3 The following is a list of completed forms/submittals that the apparent low bidder will be required to complete before execution and award of the contract: • DBE Goals Efforts Certification (page DBE -1) • EEO Certification (page EEO -1) • Non -Segregated Facilities Certification (page CNF-1) • Contract (pages C-1 thru C-4) • Performance Bond (pages PEB-1,2) • Payment Bond (pages PAB-1,2) • Certificates of Insurance (para. SC -04) • Third Party Insurance (para. SC -04) The following is a list of completed forms/submittals that the awarded contractor will be required to submit before construction begins: • Notification to Director of OFCCP of subcontracts (page SI-1, para. 3) • Construction Schedule (para. GP -80-03; SC -16) • Contractor Quality Control Program (section GP -100) The following is a list of completed forms/submittals that the awarded contractor will be required to submit during the construction period: • Weekly payroll and compliance statement (to the Engineer; page GP -120-6, para. B-3) • Monthly Employment Utilization Report (Form 257 to the Department of Labor; page GP -120-31) Additional certifications and submittals will be required for construction materials and other items in the technical specifications. END OF INSTRUCTIONS TO BIDDERS SECTION I-4 I ' SPECIAL INSTRUCTION TO BIDDERS REGARDING EEO Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity ' (Executive Order 11246, as amended) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard ' Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. 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 minority Goals for female participation in participation in each trade each trade ' 5.6% 6.9% These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in ' a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved ' construction. The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall ' be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-43(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is Ito be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of ' minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be ' measured against the total work hours performed. 3. 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 amount of the subcontract; estimated starting and completion dates of the subcontract; and the ' geographical area in which the contract is to be performed. 4. As used in this notice and in this contract resulting from this solicitation, the "covered area" is ' (insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any). I END OF SECTION I SI-1 KNOW ALL MEN BY THESE PRESENTS: That we, Pavement Specialists Inc. , as PRINCIPAL, (Name of Principal) and Reliance Insurance , as SURETY, (Name of Surety) are held and firmly bound unto the City Fayetteville, Fayetteville, Arkansas, hereinafter called the OWNER, in the penal sum of 5% Of The Total Amount Bid Dollars lawful money of the United States, for the payment of which sum, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that, WHEREAS, the Principal has submitted or is about to submit the accompanying proposal on a contract for "Terminal Apron Rehabilitation", AlP No. 3-05-0020-26-99, City of Fayetteville, Fayetteville Municipal Airport, Fayetteville, Arkansas. NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Owner in accordance with the Proposal as accepted, and give bonds with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, and for the prompt payment of labor and material furnished in the prosecution thereof, then the above obligation shall be null and void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above bound parties have executed this instrument, under their several seals this 25th day of May , 1999__, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representatives, pursuant to authority of its governing body. Pavement Specialists Inc. Principal By VICE PRESIDENT Title PO BOX 2030 ROANOKE, TEXAS 76262 (J4 1 Address Witness Seal (If a corporation) Reliance Insurance Company Corporate Surety Christy S. Eirons Attorney -in -Fact Dawson & Eirons Insurance 345 Williams St. Address Huron, OH 44839 (419) 433-2000 NOTE: Power -of -Attorney for person signing for Surety Company must be attached to bid. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware. and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the lows of the State of Wisconsin (herein collectively called the Companies') and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Robert R. Eirons, Christy S. Evans, Pamela A. Sabo., of Huron, Ohio their true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and ag bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by en Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: MTCLE VII - EXECUTION OF BONDS AND UNOFATAAINOS 1. TM Dowd of Director, it.. Preview.., the Cheirma .,t tin bard, wry Sair Vice Pt .1, ray Mae r..iden at Aretora Vice Pr.drt a ear Geees, drigneted by the Seed of Mariano met Iwo bow r is wittarhy to Id appMt Anan.ylol4vFt.t ad to asMrae that. to.nose on besot of the Campary, bands a d sdo .logo. neaaitrw, contracts of kidentaty end offer wrnNpe ebU .to.y In the flaws threaf, end Ibl to wane. Goy adt Anenwvf*H rFect flaw time rod ,robe as penis authority given to then. 2. AnaorybhimFrt E4t hm powend aMrity, .ilj.t to the tame we Ibnitrirw of the Power of Attorney iewrd to Or, to .eras. elivr on bdWf d alt. Cemprry, brava rd utdatMbps, r«aprvrv.. caviar of irdwnriry at other writkp oblipary n it.. new. threw. Tie smarm .d N rat relay for de ya4dity of and bad. we vdwtaarrp, r.cc t.. era, eatbeete of rode wit and att.., writing. stingray in it.. nature Nr.l. 3. Attorn.yl.Fin.Fect the* have power ad ashaity to .x.M. dfid.it. r.mired to be .tt.a..d to bad., recopru.nc., canracw a irtdrnriry of adr carditienal r oblaary totdrubirop. is they Mall Glee hey. pewer end authority to catty the finenda steamert a ew Company is toeopi. of the By -Lows of de Canpny to wry rtid. r .satin thrwf. The Power of Anrny is .igrtad rd sfld by Ieaimil. finder we by authadry a tt.e fallowing resolution adopted by it.. Executive is Fins ce Carmine.e of the Bore of Dineen of Reliant. lrwrse Compaq, Urdted Pacific Inseams. Company ad Reliance Notional Irdrmfry Campary by Unrimau Count dated r of Febcu.ry 28, 1994 rd by it. Ex.asiv. and Finrtdef Conuninw of the Dowd of Direrore of Rains Sw.ry Compwn, by Urwdmou Consent deed as of Match 31, 1014. 'Paired Nat the aorta.ee a rah dkacten we oMeen is any eed a dt. Company may be mixed to any suh Power of Attorney a any cwmiecat. relating tlw •to by fsovrtiM.srid my art. Power a Attorney or wdficeta be ewdt f.dmil. signetwoe of fgimile .d dial' be valid rd b51 in the Canpny me woy .uch Paw.,se .boned is e.nlflbd by Ion inSo .ipn.ts is IaamUe .d o np be rood ad binding %fort the Company. in the futw. with react( to wry beret or udrwtirg to with it a atWwd.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this February 1. 1998. 4 foe rC0 0�m S neraey. e1 z (,{�Cpy( `:;1a5seiLa i \22�`��.�7/SY//� ;j��Se•.?�to STATE OF Pennsylvania COUNTY OF Philadelphia ee. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNii'ED PACIFIC INSURANCE COMPANY REL CE NATIONAL INDDEEMNrrYY COMPANY On this, February 1, 1998, before me, Valencia Wortham, personally appeared David T. Akers, who acknowledged himself to be the Senior Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand rd official seal. Notarial Seal Valencia Wuftham. Notary Public Philadelphia. Philadelphia County My Commission Expires Nov. 18. 2000 A` �f�VY1C 1YQ/ir�� e Notary Public in and for the State of Pennsylvania Residing at Philadelphia I. Anita Zippert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this _ day of 19 tt�fA� + ♦ porytoo .•• wive., is+"_septa Secreta ry c ro. . . raa e w a e• t� 4 „ %. •n� ono y. 3 sfwL , seaL� . rM ; SCAL ..'a �f et Aw• •Ave%.•,' � I I I I I I I I I I I J I I I C I Li RELIANCE INSURANCE COMPANY PHILADELPHIA, PENNSYLVANIA FINANCIAL STATEMENT DECEMBER 31, 1998 ASSETS Cash and Short Term Investments ............................... Securities (Long Term) .................................................. Premium Balances....................................................... Accrued Interest and Dividends ................................... Federal Income Taxes .................................................. OtherAssets................................................................. Total Admitted Assets ........................................... LIABILITIES Losses and Loss Adjustment Expense ..................................................... Unearned Premiums.................................................................................. OtherTaxes............................................................................................... OtherLiabilities.......................................................................................... TotalLiabilities................................................................................... CAPITAL AND SURPLUS CapitalStock............................................................................................. Surplus...................................................................................................... Total Policyholders' Surplus.............................................................. Total Liabilities, Capital and Surplus ................................................. State of Washington County of King ...6 .............6......6......... $ 295,567,745 .................................. 4, 682,669,094 .................................. 923, 739,746 ...4 ......................... 6.... 45, 492, 624 .........6...........6............ 1,498,834 ................6................. 340, 291.755 .........4 ...................6.... $ 6.289.259.798 ...... $ 2,657,263,221 ...... 1,021,803,685 ...... 17,671,059 ...... 843,887,629 $4,540,625,594 ......$ 44,586;703 ...... 1.704.047.501 ...... 1.748,634,204 0 Mark W. Alsup, being duly sworn, says: That he is Vice President of the RELIANCE INSURANCE COMPANY; that said company is a corporation duly organized, existing, and engaged in business as a surety by virtue of the laws of the Commonwealth of Pennsylvania, and has duly complied with all the requirements of the laws of said commonwealth applicable to said company and is duly qualified to act as surety under such laws; that said company has also complied with and is duly qualified to act as surety under the Act of Congress of September 13, 1982, as amended (31 U.S.C. §9301 et seq.); that the foregoing is a full, true and correct statement of the financial condition of said company on the 31st day of December 1998. Sworn to me this 16th day of April, 1999. 9. u� Janis J. Crossland, Notary Public, State of Washington. County of King. My Commission Expires February 5, 2000. Vice President F� I BDR-1421 4/99 II DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS (49 CFR PART 23) PART A 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. ' 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. 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. ' Subcontract Clauses. ' All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offers further subcontracting opportunities. It is further understood and agreed: ' The award procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45(i) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals. Notification is hereby given that DBE goals are established for this prime contract. The ' goal for firms owned and controlled by socially and economically disadvantaged individuals is 10 percent of the dollar value of this contract. After opening bids, the apparent successful bidder will be required to submit the names and addresses of the DBE firms that will participate in the contract along with a description of the work to be performed by each named firm and the dollar value for each contract ' (subcontract). If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must provide documentation clearly demonstrating, to the satisfaction of the airport sponsor, that it made good faith efforts in attempting to do so land that meeting said goal is not reasonably possible. A bid that fails to meet these requirements will be considered nonresponsive. I I DBE -1 H I I Li I I I I I LI 11 I H I I C I Agreements between bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/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 subcontractor. 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. I' i' PROPOSAL m' Place Date JUNE 1, 1999 m' Proposal of PAVEMENT SPECIALISTS INCORPORATED ,a Corporation i' organized and existing under the laws of the State of MTgMIRT OR Proposal of a partnership consisting of and OR Proposal of an individual trading as TO: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS The undersigned Bidder, having visited the site and examined the Plans, Specifications, and other Contract Documents, including all Addenda and being familiar with all the conditions relating to the proposed project, hereby proposes to furnish all tools, appliances, equipment and specified materials, and perform all necessary labor for "Terminal Apron Rehabilitation", Al? No. 3-05-0020-26-99, in strict accordance with the Plans, Specifications, and other Contract Documents at and for the unit prices proposed herein. The undersigned Bidder, having read the Advertisement for Bids, understands that sealed bids for "Terminal Apron Rehabilitation" will be received by the City of Fayetteville at Room 326 of the City Administration Building, 113 West Mountain, Fayetteville, Arkansas, until 2:00 p.m., June 2, 1999, at which time the bids shall be publicly opened and read aloud. All extensions of the unit prices in the Unit Price Schedule will be subject to verification by the Owner. In case of discrepancy between a unit price and its extension, the unit price will be considered to be the bid. P -I FAYETTEVILLE MUNICIPAL AIRPORT AIP 3-05-0020-26-99 TERMINAL APRON REHABILITATION UNIT PRICE SCHEDULE Item Estimated No, Description Unit Ouantiry Unit Price Amount SP -2-4.1 Site Preparation L.S. 100% XXX $ 13 OOO.OO SP -3-4. la Concrete Pavement Removal S.Y. 400 $ 3€. 31 $ / � - g, 0J SP-3-4.lb Undercut Excavation C.Y. 20 $ 5 ,l $ S3..29 54 9 SP -4-5.1 Concrete Spall Repair S.F. 2,800 0 $ / y 2/ 2.O SP-5-5.la Joint Cleaning and Sealing L.F. 22,000 $ 1 .91 $ 3 ?O in PCC Pavement SP-5-5.lb Crack Cleaning and Sealing L.F. 500 $ 2.1 B9 $ / V y5 'o in PCC Pavement P-306-5.1 6" Econocrete Base Course S.Y. 400 $ 2/, 0O $ 0 2'tO. O0 P-501-8.1 14" PCC Pavement S.Y. 400 $Z • b $ Co P-620-5.1 Runway and Taxiway Painting S.F. 150 • $ 9. `'/ 3 $ I y/ `�• 5 O SC -04 Third Party Insurance L.S. 100% XXX $ sue. O O TOTAL AMOUNT BID 976100\Specs-Apron Rehab\ups2.xls P-2 $ Accompanying this Proposal is a Certified Check, XX Bid Bond, Other _ in an amount not less than five (5) percent of the total amount of bid which, it is agreed, shall be retained as liquidated damages by the City of Fayetteville if the undersigned fails to execute the Contract and furnish bond as specified within ten (10) days after formal Isnotification of award to the undersigned. The undersigned Bidder agrees to begin work within ten (10) calendar days after the notice to proceed is issued and complete the work within one hundred and twenty (120) calendar days. Should the bidder fail to fully complete the work within the above stated time, he shall pay the City of Fayetteville, as fixed, agreed and liquidated damages, and not as a penalty, the sum specified in subparagraph TIME FOR COMPLETION AND LIQUIDATED DAMAGES of the SPECIAL CONDITIONS, for each calendar day of delay until the work is completed or accepted, and that additional time is only to be allowed for delays as stipulated in the Contract fl Documents. The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening of the bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the City of Fayetteville to reject any and all bids. Previous Contracts. Section 60-1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive Order 10925, 11114, or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FAA or the Director, OFCCP. The bidder (proposer) shall complete the following statements by checking the appropriate boxes: P-3 d 1. The bidder (proposer) has xx 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. 2. The bidder (proposer) has xx has not submitted all compliance reports in connection with any such Contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed Subcontractors will be obtained prior to award of Subcontracts. If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO -1" prior to the award of the 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 Joint Reporting Committee, 1800 "G" Street, Washington, D. C. 20506. PAVEMENT SPECIALISTS INCORPORATED Name of Bidder l o By: SCOTT BURNSIDE (Print Name and Title) Witness: (Signature) 265 MARSHALL CREEK ROAD P 0 BOX 2030, ROANOKE, TEXAS 76262 (Office Address of Bidder) SEAL (if Bidder is a Corporation) NOTES: Sign in ink. Do not detach. All items listed in the Unit Price Schedule must be bid upon. P-4 CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY General BIDDERS'S NAME PAVEMENT SPECIALISTS INCORPORATED 265 MARSHALL CREEK ROAD, P.O. BOX 2030 ADDRESS ROANOKE, TEXAS 76262 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. 44-0661746 NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS (41 CFR 60-1.8) (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 provisions 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 false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF 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. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EEO -1 CERTIFICATION OF NONSEGREGATED FACILITIES The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The federally assisted construction agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Certification - The information above is true and complete to the best of my knowledge and belief. SCOTT BURNSIDE, VICE PRESIDENT Name and Title of Signer (Please Type) ≤s /L-5' Signature NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CNF-1 CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION [49 CFR PART 29] The bidder (offeror) 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 of 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 subcontracts. 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. Sigrfature of authorized official) is. DEBAR -1 I I SPECIAL NOTICE TO BIDDERS BUY AMERICAN -STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity Expansion Act of 1990) ' (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 product 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 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, subcontractors, 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 reasonably 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. I I I SN-1 STATEMENT OF BIDDER'S QUALIFICATIONS (Prime Contractor) All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. This form must be completed and submitted at the time of the bid opening. 265 MARSHALL CREEK ROAD, P O BOX 2030 2. Permanent main office address: ROANOKE, TEXAS 76262 3. When and where organized (or incorporated): MISSOURI 4. Similar Projects under Contract (include location, percent complete, cost): SEE ATTACHMENT "A" ....................................................................................................................... 5. Similar Projects Completed (include location, date completed, cost) :........................................... ......SEE..AnaCHI NT.."a"........................................................................................00....0.....0........ 6. Have you ever failed to complete any work awarded to you? NO If so, where and why? 7. Have you ever defaulted on a contract? NO If so, where and why? 8. List the major equipment available for this contract. SEE ATTACHMENT "C" 9. Credit available: $ 10, 000, 000. 10. Give Bank reference: HENRY COUNTY BANK, NAPOLEON, OHIO 11. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required? YES SBQ-1 I ' 12. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any ' information requested by the City of Fayetteville in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at ROANOKE, TX this 1st day of JUNE , 19 99 VICE PRESIDENT ................................................................................................................................................. (Title) STATE OF TEXAS ) SS. COUNTY OF DENTON ) SCOTT BURNSIDE being duly sworn deposes and says that he is VICE PRESIDENT of PAVEMENT SPECIALISTS INCORPORATED (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. AND SWORN TO Before me this 1st day of >N 19 ....................................................................... NOTAR PALBERTINE P. WHITAXER '• '•: MY COMMISSION EXPIRES ?K. MYCO _i$5 bN E 200. [JOIE.. ...2 0]..................................................................... SBQ-2 LIST OF PROPOSED SUBCONTRACTORS (This form must be completed and submitted at the time of the bid opening). In compliance with Act 159 of 1949, as amended, of the Acts of the General Assembly of the State of Arkansas, I, the undersigned General Contractor, hereby certify that proposals from the following Subcontractors were used in the preparation of my bid. I agree that if I am the successful Bidder and if the following subcontracts are approved, I will not enter into contracts with others for these divisions of the work without prior written approval from the Engineer and the Owner. Tyneof Work: ...........FENDING..&...UED N.��............................................................................................... Subcontractor's Name: .RAZQRBAQK..SAFE..Y.. L.GHT. CO............................................................................. LicenseNo...................................................................................................................................................... Address:........................F...Q..BOX..�4.67.,...FT..SMITH, AR„72906................................................................ Type of Work: PAINT STRIPING .............................................................................................................................................. Subcontractor's Name: TIME STRIPING INC. LicenseNo.:.................QQi..7.2✓3Q3QQ............................................................................................................. Address :....................... P.. 0 BOX 1236, VAN BUREN AR 72957 .............................................................. Bidder (General Contractor) ....... P&VEMENT..SPEW.IP.GISTa..INCORP.QRATFd2........................................ LicenseNo.....003fl450. Q...................................................................................................................... 5 By:..............C..rrr.....:. .......... Title:........... M.ICE.. PRESIDEUT...................................................................................................................... *Signature must be the same as on the Proposal form. LPS-1 L 1l I I I H H H I I I I I I EXHIBIT A CONTRACT THIS AGREEMENT made this 2Oin day of d, 191s, by and between the City of Fayetteville, Arkansas, acting through its duly authorized representatives, party of the first part, hereinafter called the "OWNER", and: Pavement Specialists, Inc. party of the second part, hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence and complete "Terminal Apron Rehabilitation", AIP No. 3-05-0020-27-99 (corrected AIP number), City of Fayetteville, Fayetteville Municipal Airport. The CONTRACTOR agrees to perform the work in accordance with the Plans, Specifications and all provisions attached hereto and made a part hereof as though copied in full herein, for and at the prices bid in the Proposal. The OWNER agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. The contract amount is herein revised to $281,547.83 by reducing the contract quantity of item SP-5-5.lb Crack Cleaning and Sealing in PCC Pavement from 500 to 477 linear feet. For the consideration above expressed, the CONTRACTOR agrees to begin work within ten (10) calendar days, after direction from the OWNER, and complete the work within one hundred and twenty (120) calendar days. If the CONTRACTOR shall fail to complete the work in the time specified, he shall pay to the OWNER, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the amount referenced in the Proposal and specified in SPECIAL CONDITIONS for each day delayed; which shall be deducted from the final payment to be paid under this Contract; provided that extensions of time with waiver of liquidated damages may be granted as provided for in the Specifications. The CONTRACTOR agrees to furnish a Performance Bond and a Payment Bond with an approved Surety thereon guaranteeing the performance of this Contract as required by the law of the State of Arkansas, in the principal amount not less than one hundred (100) percent of the amount of this Contract. Said bonds shall be conditioned upon full and complete performance of the Contract and for the payment of all labor, tools, equipment and materials furnished by the CONTRACTOR entering into or incidental to the work and shall guarantee the work against faulty workmanship or materials for a period of one (1) year after completion. C C-1 I The Surety on said bonds shall be a Surety Company of financial resources ' satisfactory to the OWNER and authorized to do business in the State of Arkansas. During the performance of this Contract, the CONTRACTOR for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein tincorporated by reference and made a part of this Contract. ' 2. Nondiscrimination. The Contractor, with regard to the work performed by it during the Contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of Subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contractor covers a, program set forth in Appendix B of the Regulations. ' 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the ' Contractor for work to be performed under a Subcontract, including procurements of materials or leases of equipment, each potential Subcontractor br supplier shall be notified by the Contractor of the Contractor's obligations under this Contract and the Regulations relative to ' nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Owner or the Federal Aviation Administration to be pertinent to ascertain compliance with such regulations, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the Owner or the Federal Aviation Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, the Owner shall impose such Contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: (a) Withholding of payments to the Contractor under the Contract until the Contractor complies, and/or (b) Cancellation, termination, or suspension of the Contract in whole or in part. I C -2 I I ' 6. Incorporation of Provisions. The Contractor shall include the provisions of paragraphs 1 through 5 in every Subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The ' Contractor shall take such action with respect to any Subcontract or procurement as the Owner or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Contractor ' becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result of such direction, the Contractor may request the Owner to enter into such litigation to protect the interests of the Owner and, in addition, the Contractor may request the United States to enter ' into such litigation to protect the interests of the United States. BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) ' (a) 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 (b) below. (b) The following terms apply to this clause: I1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product 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. I I I I H I C -3 I I 1] Li H I I I I I I I I J IN WITNESS WHEREOF, the parties of these presents have executed this Contract in six (6) counterparts, each of which shall be deemed an original on the day and year first above written. CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS By___________________0!!.' (Party f the First Part) �� %� 1 t, Title A O ; c; '` pIn I s ByCotyaA`i I i (Party of the econd Part) ' Title V&1s- a.s•pe--% II� t` ft C .• t. �t.} •'. [.°�;r SEAL (If a Corppomz ' n ..m. '3: t V � l ICa I I Ti I I I I I Ti I PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE, Pavement Specialists Inc. as Principal, hereinafter called "Principal", and Reliance Insurance Company State of PA , as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", in the amount of : Two Hundred Eighty -One Thousand, Six Hundred Fourteen and 30/100 Dollars ($281,614.30 ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, the Principal entered into a Contract with the Owner by written agreement dated the _ day of , 19_, a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "TERMINAL APRON REHABILITATION" AIP NO. 3-05-0020-26-99 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. Any alterations which may be made in the terms of the Contract, or in the work to be done ' under it, or the giving by the Owner of an extension of time for the performance of the Contract, or any other forbearance on the part either of the Owner or the Principal to the other shall not release in any way the Principal and Surety, or either of these, their heirs, personal representatives, successors, or assigns ' from their liability hereunder, notice to the Surety of any alteration, extension or forbearance hereby being waived. ' In no event shall the aggregate liability of the Surety exceed the sum set out herein. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action, or proceeding shall be brought on this bond, except by the Owner, after six (6) months ' from the date on which final payment to the Contractor falls due. No suit, action or proceeding shall be brought by the Owner after two (2) years from the date on which final payment to the Contractor falls due. PEB-1 I 1 ' SEAL I I I I I I I r - L I SEAL This bond is executed pursuant to the terms of Arkansas Act 351 of 1953 as amended. Executed on this Zoh, day of ', 19_`.1 Pavement Specialists Inc. (Principal) By Title VICE PRESIDENT Reliance Insurance Company (Surety) By Attorney-In-F� t Christy S. Eirons (419) 433-2000 NOTES: Attach Power of Attorney. Date of Bond must not precede date of Contract. A copy of this Bond must be filed with the Circuit Clerk in each county wherein the work is to be performed. ' PEB-2 I Li PAYMENT BOND I I I I KNOW ALL MEN BY THESE PRESENTS: THAT WE, Pavement Specialists Inc. as Principal, hereinafter called "Principal", and Reliance Insurance Company , State of PA , as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, as Obligee, hereinafter called "Owner", in the amount of: No Hundred Eighty -One Thousand Six Hurxired Fourteen and 30/100 Dollars ($281 ,614.30), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, the Principal entered into a Contract with the Owner by written agreement ' dated the ., day of , 1953, a copy of which is attached hereto and made a part hereof, hereinafter referred to as the C�ntract, "TERMINAL APRON REHABILITATION" AIP NO. 3-05-0020-26-99 NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor performed in such work, whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. ' Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of an extension of time for the performance of the Contract, or any other forbearance on the part either of the Owner or the Principal to the other shall not release in any way the Principal and Surety, or either of these, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety of any alteration, extension or forbearance hereby being waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action, or proceeding shall be brought on this bond, except by the Owner, after six (6) months from the date on which final payment to the Contractor falls due. No suit, action or proceeding shall be brought by the Owner after two (2) years from the date on which final payment to the Contractor falls due. I PAB-1 This bond is executed pursuant to the terms of Arkansas Act 351 of 1953 as amended. Executed on this 27h.. day ofd, 19 `l9. Pavement Specialists Inc. (Principal) ISEAL • Title VICE PRESIDENT Reliance Insurance Company (Surety) SEAL 1 By ' Attorney -In -F Christy j Eirons (419) 433-2000 NOTES: Attach Power of Attorney. Date of Bond must not precede date of Contract. IA copy of this Bond must be filed with the Circuit Clerk in each county wherein the work is to be performed. I I I I 1 1 PAB-2 C RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY 11 I C II I I I I I I I I I I I UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY Is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Robert R. Elrona, Christy S. Eirore, Pamela A. Sabza., of Huron, Ohio their true and lawful Attorney(s)-In-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and dead any and all bonds and undertakings o1 suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE 1i- EXECUTION OF SONGS AND UNDERTAKINGS 1. The Board of Director.. the Fusers, the Chelr,nan .n tm Bcard, ary Serior Vlce Preelrit, any VIce n —Ls t at Meister. Vice Prood.rt or ear oticer desynvted by the Board of Dbactor. shell Iwo power and rarity to (al appoint Artanjyls-inFt-I and to adr'¢e tam to eawA. on affinity of the Company. bads rd vdeeta it ., r«wnzrca., caerai of mfrnnty a d ear writing. obligatory in ire nave caveat. and (bi to romeve any aWt Attoneyfo) hFact of any time and revobs the pewr ad a s ring givan to Own. 2. Attorrry(a)-in-Fact trite hey. pawn a d aAfviry, .Ll.et to the forms and limrtatere of the Power of Attorney iea.ed to then,, to exacvu deliver art hehaH of the Conparry, bads rd tx,tl.nsk'ge, r«wn+a.na., contract. of irdemrety ad other writing. obligatory in the rat.. tr.of. The corporate ..al a not necwany for t1v validity of any bard. rd WrtWnga, r«wrixncee, correct. of indemnity and etrw writings obligatory in the nab.. thereof. 3. AttwMYbltinFect .hell have power and wNwnty to .x«ut..ffkevit. reaured to be attached to band.. rcwrixace.. co tr.cts of Ind.mriry or oar conditional or obligatory urdertaNnga ad they .Nail aMo hay. power and authority to certify the financial alabmrn of Bw Camp" and to copes of the Bylaws of the Company or any article or section tlr.of. Tide Power of Attorney is agned end ..algid by fsesimile truer and by authority of the following resolution Wapt.d by flat Executive and Finance Committees of the Sonde of Director of Reliance Irwsarce Company, United Pwrfic Inasance Company end Reliance NetiaW Indemnity Company by Unarimoa Con.enl dated as e1 F.bury 28. 1994 ad by the Eaacutive rd Financial Committee of the Beard p Director. of Relir,ce Strew Company by Unaimeu Careen dated of of March 31, 1914. 'Resolved that the pose of such director and off lasts rd the esal of the Company may be affixed to a,y each Powr of Attorney or any crtificaten relating thereto by laceimilead any each Power of Attorney or certificate bearing axis fadmile aignaty" or facsimile MS shall be valid and bending icon the Company and any such, Powr .o executed and entitled by facsimile elgnstves and facsimile .nl shell be valid end binding t9at the Company, in the furs with respect to any bond or edertsking to which it le attached.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this February 1, 1998. e R Fc up s port, 0 oa a•a ate r SLAL SLY. t JA a� ij/t„a �sn a ,..• 0 7, lay i t (c n e1� ft•wA o • 1..er.••� � bi�lce+��ta �merOp STATE OF Pennsylvania COUNTY OF Philadelphia es. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY REL]ANCE NATIONAL INDEMNNIITYY COMPANY On this, February 1, 1998, before me, Valencia Wortham, personally appeared David T. Akers, who acknowledged himself to be the Senior Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof. I hereunto set my hand j0d official seal. Noanai Beal FVale,'Ca Wuttham, 1Notary Publichiladelphia. Philadelphia County Commission Expires Nov. 18. 2000 y ,f Notary Public in and for the State of Pennsylvania Residing at Philadelphia I, Anita Zippert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing Is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this _ day of 19 /1 4�1R� i be R ThCa „a ntra,e eat M. I-.,, Secretary o epoxy. i �raevi4 e� ,,'° .4 e1 3 gsFAt sole pq! !y (SEAL its... a O rtes. Pg,� f et✓`� ftAWf 1.xe••�<r hy_ to y,air 11 ' GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents, or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: ' 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. ' 10-02 ACCESS ROAD. The right-of-way, the roadway, and all improvements constructed thereon connecting the airport to a public highway. ' 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. ' 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface 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. I 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 orother airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. I10-12 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. IGP -10-1 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract ' shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative. 10-19 EOUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is 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 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 CONSTRUCTION OBSERVER. An authorized representative of the Engineer assigned to make all necessary observations and/or tests of the work performed or being performed,. or of the materials furnished or being furnished by the Contractor. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed", "required", "permitted", "ordered", "designated", "prescribed", or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved", "acceptable", "satisfactory", or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. GP -10-2 ' I 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 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 A1P 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. 1 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. ' GP -10-3 Li 1 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of a construction observer, will be considered as working days. 1 END OF SECTION GP -10 , Li GP -10-4 ' I I I I I L1 I J I H I I I I I I I SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT. (See Page A-1). 20-02 PREOUALIFICATION 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. To satisfy these requirements, each bidder must complete and submit, with the sealed bid, the "Statement of Bidder's Qualifications", SBQ-1,2. In addition, if requested by the Owner after the bid opening, the apparent low 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. If requested, the apparent low bidder shall submit "evidence of financial responsibility" to the Owner no later than 10 days after the request, and prior to the execution of the contract. 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, at the discretion of the Owner. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms as stated in the advertisement for bids. 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 refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: (a) Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. (b) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. GP -20-1 J I (c) Contractor default under previous contracts with the Owner. (d) Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS. AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Pavement coring information and other records of subsurface information 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, deductions, or conclusions which he may make or obtain from his/her examination of the pavement cores and other records of subsurface information 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) for which he proposes to do each pay item furnished in the proposal. 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. I GP -20-2 I 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. ' (c) If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. (d) If the proposal contains unit prices that are obviously unbalanced. (e) If the proposal is not accompanied by the proposal guaranty specified by the Owner. IThe 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. 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. ' 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. IGP -20-3 11 I (b) Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. (c) If the proposal is not submitted in conformance with the requirements of State and Federal law. For the bidders information: Act 150 of 1965, as amended, has been interpreted, by the State Contractor's Licensing Board, to require a contractor to have a current Arkansas contractor's license, or an application for a license before the board, in order to submit a valid bid. Act 159 of 1949, as amended, requires the bidder to list his mechanical, plumbing, electrical and roofing and sheet metal subcontractors. Other State laws may affect the submission of bids. 'Be bidder should be familiar with State and Federal laws affecting his bid. (d) If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. n END OF SECTION GP -20 I I I I C C GP -20-4 I [1 I I I I L I I I I I I I I I I I II 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 an error in the above product, the correct product obtained with the unit price 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 30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. For AlP contracts, no award shall be made until the FAA has concurred in the sponsor's recommendation to make such award and has approved the sponsor's proposed contract to the extent that such concurrence and approval are required by 49 CFR Part 18. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the contract bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. I GP -30-1 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. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contracts 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 subsections titled REQUIREMENTS OF CONTRACT BONDS and EXECUTION OF CONTRACT 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 GP -30 I I II I I I H I I Li I I I I I P1 GP -30-2 [l FJ L I_ I I I C 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. ' All supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on work that increases or decreases the ' originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. ' All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. ' 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. GP -40-1 1 C P 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. ' 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/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 RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS 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 identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/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. GP -40-2 LI I I I 1J I I I I I I I I I I Li Li I. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete 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). GP -40-3 L I The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. I I El END OF SECTION GP -40 ' H I I H I I I I U GP -40-4 1 Li SECTION 50 CONTROL OF WORK ' 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the ' interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials famished 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 construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. 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. I I GP-50-1 I 1 50-03 COORDINATION OF CONTRACT. PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with three 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 construction observer and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/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. 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 CONSTRUCTION LAYOUT AND STAKES. The Contractor must establish all layout required for the construction of the work. I GP -50-2 , I 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever hatching or mixing plant ' equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce ' results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF CONSTRUCTION OBSERVERS. Construction observers ' employed by the owner shall be authorized to observe all work done and all material furnished. Such observation may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Observers are not authorized to revoke, alter, or waive any provision of the contract. Observers are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Construction observers employed by the owner are authorized to notify the Contractor or his/her ' representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. ' 50-09 CONSTRUCTION OBSERVATION OF THE WORK. All materials and each part or detail of the work shall be subject to observation by the Engineer. The Engineer shall be allowed access to all ' parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed observation. ' 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 observation 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 observe after having been given reasonable notice in writing that the work was to be performed. ' Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to observe such work. Such observation shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not ' 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 CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. ' GP -50-3 I 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. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor ' substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final observation of that unit. If the Engineer finds upon observation 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. GP -50-4 , H C I H L I H H I I H H I I I 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an observation. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such observation shall constitute the final observation. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final observation. If, however, the observation 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 observation will be made which shall constitute the final observation, 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 observation. 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 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 GP -50 IJ GP -50-5 I II I I I SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND DUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. ' At the Engineer's option, materials may be approved at the source of supply before delivery is made. 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. H I I I I I I I C I 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. All tests which fail to meet the specifications herein, when tested in accordance with the cited standard methods, as stated above, will be at the expense of the Contractor. Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/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 assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name", the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: GP -60-1 I I and, (a) Conformance to the specified performance, testing, quality or dimensional requirements; (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 may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. 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. (c) If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. I I.1 L C I C1 I I I I P L I 7 L I GP -60-2 I. 11 I ' 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. IAfter 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 GP -60 iH I El J J GP -60-3 I I SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such t 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 DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another rn govement agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the owner, such authorized work (by others) is indicated as follows: Owner Person to Contact (Phone Number) Federal Aviation Administration (ATCT) Don Owens (501) 442-2182 Federal Aviation Administration (Facilities) Art Sellars (501) 442-5221 Fayetteville Municipal Airport Underground Utilities Dale Frederick (501) 521-4750, ext. 6 Except as listed above, 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 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 GP -70-1 C Li 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. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United States Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport 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 which 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. 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 80 hereinafter. 70-08 BARRICADES. WARNING SIGNS. AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard 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 latest edition of the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). GP -70-2 r I I 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, latest edition. ' 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 Ito AC 150/5370-2, Operational Safety on Airports During Construction Activity, latest edition. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable ' conformance to AC 150/5370-2, latest edition. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to ' commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. ' Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. No explosives will be used in the work. ' 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 has 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 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 ' GP -70-3 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 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be as indicated on the plans. When so indicated, 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. Upon completion of any portion of the work, such portion shall be accepted by the owner in accordance ' with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in 1 writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the ' work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/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 GP -70-4 I 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 FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/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: Utility Service or Facility Person to Contact (Phone Number) Federal Aviation Administration (ATCT) Don Owens (501) 442-2182 Federal Aviation Administration (Facilities) Art Sellars (501) 442-5221 Fayetteville Municipal Airport Underground Utilities Dale Frederick (501) 521-4750, ext. 6 Caution: UNDERGROUND UTILITIES EXIST WITHIN AND ADJACENT TO THE LIMITS OF CONSTRUCTION. EXISTING UTILITIES ARE NOT SHOWN ON THE PLANS. PRIOR TO BEGINNING ANY TYPE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE UTILITIES ION THE GROUND. THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS UNTIL THEY ARE NO LONGER NECESSARY. I ARKANSAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES TWO WORKING DAYS ADVANCE NOTIFICATION THROUGH THE ARKANSAS ONE -CALL SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR I EXPLOSIVES (EXCEPT IN THE CASE OF AN EMERGENCY). THE ONE -CALL SYSTEM PHONE NUMBER IS 1-800-482-8998. THE CONTRACTOR IS ADVISED THAT THERE IS A SEVERE PENALTY FOR NOT MAKING THIS CALL. NOT ALL UTILITY COMPANIES ARE MEMBERS OF I THE ARKANSAS ONE -CALL SYSTEM; THEREFORE, THE CONTRACTOR IS ADVISED TO CONTACT ALL NON-MEMBER UTILITIES AS WELL AS THE ONE -CALL SYSTEM. ' 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 Iinterruption of service. GP -70-5 I I 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. In addition to the general written notification herein before 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 herein above provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has , been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/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. 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. ' GP -70-6 , I L H I I I C I I I I H I I I 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 stop 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 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment, including the applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 1857 (h)), Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and environmental protection regulations (40 CFR Part 15). 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. 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 GP -70 GP -70-7 I I I I I I C I SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the project. 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 calendar 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. I J [J I J I I 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. 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 commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting, if any, is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. GP -80-1 Li 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 AREAS (AOA), during certain phases of the work, 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 "A" Runway 16-34 (SAFETY AREA) , TYPE OF TIME PERIODS AOA COMMUNICATIONS REQ'D CONTROL AOA CAN BE CLOSED WHEN WORKING IN AOA AUTHORITY "A" As noted in the "Work Radio/Direct* FAA-ATC/Airport Manager Restriction" details in the plans. * Direct contact shall mean that all work shall be under the full time observation of the Engineer. The Contractor shall not commence new work that would be prejudicial to work already started. 80-05 CHARACTER OF WORKERS. METHODS. AND EQUIPMENT The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the GP -80-2 ' C I I I Li L F H I I I I I I condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall 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 TIME. The number of calendar 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). GP -80-3 I 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. (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 will be allowed I week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of ' that has been covered by change order or supplemental agreement and shall be made at the time of final payment. 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 (b) CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the ' Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the 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. GP -80-4 I Ii J Ii I I I 1] H H H (c) When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/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. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/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 . (e) Fails to resume work which has been discontinued within a reasonable time after notice to do so, or ' (f) Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or I I GP -80-5 (g) Allows any final judgment to stand against him unsatisfied for a period of 10 days, or (h) Makes an assignment for the benefit of creditors, or (i) For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore specified, 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. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/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 GP -80 GP -80-6 ' I I 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 or the International System of Units. ' 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 (0.8 square meter) 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. The term "lump sum" when used as an item of payment will mean complete payment for the work ' described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling ' time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, ' etc., and these items are identified by 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. 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. I GP-90-1 H 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 completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature and 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. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. 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. c. 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: GP -90-2 , I I I I L I I (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and 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. I 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. Upon certification by the Engineer that the construction contract is 50 percent complete, as prescribed by Act 235 of 1977 of the State of Arkansas, ' no further retainage (above 5 percent of the total contract amount) will be held from the monthly estimate. The balance of the amount payable, less all previous payments and previous retainage, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection 90-08 ' titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted for each partial payment. ' 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. C It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. ' GP -90-3 Li No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: (a) The material has been stored or stockpiled in a manner acceptable to the Engineer at or on , an approved site. (b) The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. (c) The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. (d) The Contractor has furnished the owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. (e) The Contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/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. GP -90-4 I L I I I [l I r C C I L C I I I I (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 Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION GP -90 I GP -90-5 L L C I H H I SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. The Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. ' The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control ' Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. ' The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. ' 100-02 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional ' performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities ' deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a ' written document which shall be reviewed by the Engineer prior to the start of any production, construction, or off -site fabrication. The written Quality Control Program shall be submitted to the I ,!7 3[11111 I C Engineer for review at least 5 calendar days before the commencement of work. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; f. Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor's Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: GP -100-2 I [1 I I L L I I [l d I H J II I I I I (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer -in -training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the ' Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. ' (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. I. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract ' plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after ' being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary Ito adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or ' highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. ' The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and ' Section 100-07. Certification at an equivalent level, by a state or nationally recognized organization will be ' acceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control ' personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and H GP -100-3 H II field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. ' GP -100-4 ' I I C I Li I I I I I 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401); b. Item description (e.g., Plant Mix Bituminous Pavements); c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); f. Responsibility (e.g., plant technician); and g. Control requirements (e.g., target, permissible deviations). The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08. ' 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; t results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. ' These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the teens of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. ' Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a ' daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the ' following: (1) Technical specification item number and description; ' (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; I GP -100-5 I I (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. I J I I b. Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description; (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. GP -100-6 I I J J I J I J J I J I C I L1 H I I II 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on -site or off -site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. ' b. In cases where quality control activities do not comply with either the Contractor's Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. ' (2) Order the Contractor to stop operations until appropriate corrective actions is taken. I I I I 1I H I END OF SECTION GP -100 GP -100-7 I u I SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index(s), QL for Lower Quality Index and/or QU for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. I H I H H I I I J I I There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. IT IS THE INTENT OF THIS SECTION TO INFORM THE CONTRACTOR THAT, IN ORDER TO CONSISTENTLY OFFSET THE CONTRACTOR'S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (USING POPULATION AVERAGE AND POPULATION STANDARD DEVIATION) MUST BE MAINTAINED AT THE ACCEPTABLE QUALITY SPECIFIED OR HIGHER. IN ALL CASES, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PRODUCE AT QUALITY LEVELS THAT WILL MEET THE SPECIFIED ACCEPTANCE CRITERIA WHEN SAMPLED AND TESTED AT THE FREQUENCIES SPECIFIED. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: GP -110-1 J X = (xl+x2+x3+...xn)/n I Where: X = Sample average of all sublot values within a lot xl, x2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (Sn) by use of the following formula: Sn = [@12+d22+d32+...dn2)/(n-1))1/2 Where: Sn = Sample standard deviation of the number of sublot values in the set dl, d2, ...= Deviations of the individual sublot values xl, x2, ... from the average value X that is: dl = (x1 - X), d2 = (x2 - X) ... do = (xn - X) n = Number of sublots f. For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the following formula: QL=(X-L)/Sn Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double sided specification limits (i.e. L and U), compute the Quality Indexes QL and QU by use of the following formulas: QL=(X-L)/Sn and QU=(U-X)/Sn Where: ' L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table I 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 values of QL fall between values shown on the table, use the next higher value of PL or PU. Determine the PWL by use of the following formula: PWL = (PU + PL) - 100 Where: PL = percent within lower specification limit PU = percent within upper specification limit I GP -110-2 ' H EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A -I 96.60 A-2 97.55 A-3 99.30 A-4 98.35 n=4 2. Calculate average density for the lot X= (xl + x2 + x3 +. . xn) / n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - l)112 Sn = [(1.82 +0.16+ 1.82+0.16)/311/2 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL=(X-L)/Sn QL=(9795 (97.95 -96.30)! 1.15 QL = 1.4384 5. Determine PWL by entering Table I with QL = 1.44 and n= 4. PWL=98 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 5.00 A-2 3.74 A-3 2.30 A-4 3.25 GP -110-3 2. Calculate the average air voids for the lot. X=(xl+x+x3..n)/n X=(5.00+3.74+2.30+3.25)/4 X = 3.57 percent 3. Calculate the standard deviation Sn for the lot. Sn = SQRT[((3.57 - 5.00)*(3.57 - 5.00) + (3.57 - 3.74)*(3.57 - 3.74) + (3.57 - 2.30)*(3.57 - 2.30) + (3.57 - 3.25)*(3.57 - 3.25))/(4 - 1)] Sn=SQRT[(2.04+0.03+1.62+0.10)/3] Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL=(X-L)/Sn QL=(3.57-2.00)/1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.40 and n = 4. PL=97 97 6. Calculate the Upper Quality Index QU for the lot. (U= 5.0) QU=(U-X)/Sn QU=(5.00-3.57)/ (5.00 - 3.57) / 1.12 QU = 1.2702 7. Determine PU by entering Table 1 with QU = 1.27 and n = 4. 93 PU=93 8. Calculate Air Voids PWL PWL = (PL + PU) - 100 PWL=(97+93)- (97 + 93) - 100=90 GP -110-4 1 1 1 1 I TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) ' Percent Within Positive Values of Q (QL and QU) Limits (PL and PU) n=3 n=4 n=5 n=6 n=7 n=8 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 ' 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 ' 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4716 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 P91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 P88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 87 1.0597 1.1100 1.1173 1.1191 1.1199 1.1204 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 83 0.9939 0.9900 0.9785 0.9715 0.9672 0.9643 82 0.9749 0.9600 0.9452 0.9367 0.9325 0.9281 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 I. 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 P75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 P72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 70 0.6787 0.6000 0.5719 0.5583 0.5504 0.5454 P69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 ' 66 0.5563 0.4800 0.4545 0.4424 0.4354 0.4310 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4031 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 I. L' GP -110-5 I TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT V Percent Within Negative Values of Q (QL and QU) Limits (PL and PU) n=3 n=4 n=5 n=6 n=7 n=8 63 0.4586 0.3900 0.3679 0.3575 0.3515 62 0.4251 0.3600 0.3392 0.3295 0.3239 61 0.3911 0.3300 0.3107 0.3016 0.2964 60 0.3568 0.3000 0.2822 0.2738 0.2691 59 0.3222 0.2700 0.2537 0.2461 0.2418 58 0.2872 0.2400 0.2254 0.2186 0.2147 57 0.2519 0.2100 0.1971 0.1911 0.1877 56 0.2164 0.1800 0.1688 0.1636 0.1607 55 0.1806 0.1500 0.1408 0.1363 0.1338 54 0.1447 0.1200 0.1125 0.1090 0.1070 53 0.1087 0.0900 0.0843 0.0817 0.0802 52 0.0725 0.0600 0.0562 0.0544 0.0534 51 0.0363 0.0300 0.0281 0.0272 0.0267 50 0.0 0.0 0.0 0.0 0.0 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 46 -0.1447 -0.1200 -0.1125 -0.1090 0.1070 45 -0.1806 -0.1500 -0.1408 -0.1363 -0.1338 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4354 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 30 -0.6787 -0.6000 -0.5719 -0.5583 -0.5504 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 'ITIIIN LIMITS (PWL) 0.3477 ' 0.3203 0.2931 0.2660 0.2391 0.2122 0.1855 0.1592 0.1322 0.1057 0.0792 0.0528 0.0264 0.0 -0.0264 -0.0528 -0.0792 0.1057 -0.1322 -0.1592 -0.1855 -0.2122 -0.2391 -0.2660 -0.2931 -0.3203 -0.3477 -0.3753 -0.4031 -0.4310 -0.4592 tI -0.4877 -0.5164 -0.5454 -0.5747 GP -110-6 '' 1 r I TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Negative Values of Q (QL and QU) Limits (PL and PU) n=3 n=4 n=5 n=6 n=7 n=8 ' 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 ' 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 ' 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 ' 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9325 -0.9281 ' 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9672 -0.9643 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 ' 14 -1.0448 1.0800 -1.0817 -1.0808 -1.0800 -1.0794 13 -1.0597 -1.1100 -1.1173 -1.1191 -1.1199 -1.1204 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 ' 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 ' 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 6 -1.1342 -1.3200 -1.3946 -1.4329 1.4561 -1.4716 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 ' 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 ' 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 END OF SECTION GP -1 10 C C I IGP -110-7 SECTION 120 WAGE, LABOR, EEO, SAFETY, AND GENERAL REQUIREMENTS SECTION A (Federal Aviation Administration (FAA) Requirements) A-1 Airport and Airway Improvement Program Project. The work in this contract is included in Airport Improvement Program (AIP) Project No. 3-05-0020-26-99, which is being undertaken and accomplished by the City of Fayetteville (Sponsor) in accordance with the terms and conditions of a grant agreement between the Sponsor and the United States, under the Airport and Airway Development Act of 1982 (P.L. 97-248) as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987 (P.L. 100-223) 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 under those Acts. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. A-2 Consent to Assignment. The Contractor shall obtain the prior written consent of the Sponsor to any proposed assignment of any interest in or part of this contract. A-3 Convict Labor. No convict labor may be employed under this contract. A-4 Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Act. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. A-5 Withholding: Sponsor From Contractor. Whether or not payments or advances to the City of Fayetteville (Sponsor) are withheld or suspended by the FAA, the Sponsor may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work the full amount of wages required by this contract. A-6 Nonpayment of Wages. If the Contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the City of Fayetteville (Sponsor) 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. A-7 FAA Inspection and Review. ' The Contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. ' GP 120-1 L A-8 Subcontracts. ' The Contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A-4, A-5, A-6, and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts , which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. A-9 Contract Termination. Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. (49 CFR Part 18). A-10 Inspection of Records. The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any books, documents, paper, and records of the contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. (49 CFR Part 18). A-11 Rights to Inventions. ' All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor. (49 CFR Part 18). A-12 General Civil Rights Provisions. ' The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor from the bid solicitation period through the completion of the contract. (Section 520, Airport and Airway Improvement Act of 1982). I H H H GP 120-2 ' I FI ' B-1 Minimum Wages. SECTION B DAVIS-BACON ACT REQUIREMENTS (29 CFR PART 5) (a) All laborers and mechanics 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 the Secretary of Labor under the Copeland Act ' (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at 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. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section l(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 paragraph (B -1)(d) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such ' laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). 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, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under ' (B -1)(b) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (b) (1) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract, shall be classified in conformance with the wage determination. The contracting 'officer shall approve 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 determinations; 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 laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the ' classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, ' Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, ' GP 120-3 II modify or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (B -1)((b)(2) or (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 I H I I H mechanics includes a fringe benefit which is not expressed as an hourly 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. (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, 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. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). B-2 Withholding. The Federal Aviation Administration 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 the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to the Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor, the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. I H H H H H I H I GP 120-4 H I I II Hi 1, I I I I J J Li L_. I B-3 Payrolls and Basic Records. (a) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records will contain the name, address and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in l(b)(2)(B) 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) 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) (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215- 0017). (b) (1) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029- 005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her 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 wages earned, without rebate, either directly or 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. F GP 120-5 I (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 (b)(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 of Title 18 and Section 231 of Title 31 of the United States Code. (c) The contractor or subcontractor shall make the records required under paragraph B-3 (a) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, 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. B-4 Apprentices and Trainees. (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to 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 Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker 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 on the wage determination for the classification of work 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 for 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 journeymen'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's 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. I J I I I H I I J I J J I I H I GP 120-6 I L L C I L C L r (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. (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. The ratio of trainees to journeymen on the job site shall not be 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 Administrator 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 for 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. I I I I Li L L rl B-5 Compliance With Copeland Regulations. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. B-6 Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require. and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. B-7 Compliance With Davis -Bacon and Related Act 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. B-8 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 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. L GP 120-7 B-9 Certification of Eligibility. (a) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any t person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(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 29 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. ' B-10 Contract Termination: Debarment. A breach of the contract clauses in paragraphs B-1 through B-9 of this section and paragraphs C-1 through C- 5 of Section C may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. I I I I I I I Li H I GP 120-8 , ' SECTION C CONTRACT WORKHOURS AND SAFETY ' STANDARDS ACT REQUIREMENTS (29 CFR PART 5) C-1 Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the t employment of laborers or mechanics shall require or permit any laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one- ' half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. C-2 Violations; Liability for Unpaid Wages, Liquidated Damages. ' In the event of any violation of the clause set forth in paragraph C-1 above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and ' subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed, with respect to each individual laborer or mechanic, including watchmen and ' guards, employed in violation of the clause set forth in paragraph C -I above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph C-1 ' above. C-3 Withholding for Unpaid Wages and Liquidated Damages. ' The Federal Aviation Administration 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 any 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 the clause set forth in paragraph C-2 above. IC-4 Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs C-1 ' through C-4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs C-1 through C-4. ' C-5 Working Conditions. ' No contractor or subcontractor may require any laborer or mechanic employed in the performance of any 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) issued Iby the Department of Labor IGP 120-9 I SECTION D EQUAL EMPLOYMENT OPPORTUNITY (41 CFR PART 60-1.4(b)) During the performance of this contract, the contractor agrees as follows: D-1 The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, 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. D-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex or national origin. D-3 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. I I I Li I L I D-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. D-5 The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, as amended, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and. the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. D-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 procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. I r FT L L I I GP 120-10 I ' D-7 The contractor will include the portion of the sentence immediately preceding paragraph D- I and the provisions of paragraphs D-1 through D-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, 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 noncompliance; 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 interests of the United States. I I I I J I bJ Li I I H I ' GP 120-11 I J SECTION E CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS E-1 Any other provision herein to the contrary notwithstanding, the contractor in carrying out work under this contract, shall at all times comply with all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state or federal agency having within its jurisdiction the •' protection of the environment in the area surrounding where work under this contract will be performed. In addition, the contractor shall comply with directives given by the Project Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156, ' Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained 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 subcontract 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, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all regulations and guidelines issued thereunder. c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used 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. 1 Li Li II 11 I GP 120-12 ' I I I L Li LI SECTION F STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 60-4.3) 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); I I I I I Li I 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p 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 (3) Asian and Pacific Islander (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 or 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). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provision 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. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 1J GP 120-13 I the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 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 shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to insure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. 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 con- tractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at 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 organization's 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 therefor 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 female 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. I L C I I 1J I I I I P1 [1 I I GP 120-14 I I ' 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. If. 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 meetings its EEO obligations; by including it in any policy manual and collective bargaining agreement; by ' publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each ' location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, 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 workforce. 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 ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. IGP 120-15 I 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. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce 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. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, ' however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally), the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 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. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 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 Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 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 ensure 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. ' 1 GP 120-16 ' ' 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure 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. ' 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). II I E I I I I I I IGP 120-17 I SECTION G CONTRACTUAL REQUIREMENTS PURSUANT TO CIVIL. RIGHTS ACT OF 1964, TITLE VI I (49 CFR PART 21) During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In ' all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. ' 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract , sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. ' I GP 120-18 ' C] ' 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs I through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The ' contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes ' involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. I I I I I J I J J LI 1l ' GP 120-19 I SECTION H TERMINATION OF CONTRACT (49 CFR PART 18) 1. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination is for the convenience of the Sponsor, as equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. ' 5. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. , I L r I r L I GP 120-20 , I SECTION I ' BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity Expansion Act of 1990) I I I I I J J I Fl I I L I (a) 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 (b) below. (b) 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 or (2) a manufactured product 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 cost for production of the components, exclusive of final assembly labor costs. GP 120-21 I MANDATORY REQUIREMENTS FOR ALL AIP FUNDED CONSTRUCTION PROJECTS 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 29 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 LockoutlTagout program is being followed. Immediate action shall be taken to correct noncompliance, including suspension of work when necessary. I I I I I I I I I I GP 120-22 ' I General Decision Number AR990007 Superseded General Decision No. AR980007 State: Arkansas ' Construction Type: HIGHWAY County (ies) STATEWIDE 1 CONSTRUCTION, ALTERATION, AND/OR REPAIR OF STREETS, HIGHWAYS, ' AND RUNWAY PROJECTS (does not include structures on highway rest areas) Modification Number Publication Date 0 03/12/1999 I. 1 1 1 1 1 1 p ' AR990007 - 1 COUNTY(ies): STATEWIDE SUAR2001A 01/19/1990 BRICKLAYERS CARPENTERS CONCRETE FINISHERS ELECTRICIANS IRONWORKERS: Structural Reinforcing LABORERS: Air tool operators Asphalt heater operators Asphalt rakers Chain saw oeprators Checker graders Concrete joint sealers Concrete saw operators Formsetters Laborers Pipelayers Powdermen Vibratormen PAINTERS PILE DRIVER LEADMEN POWER EQUIPMENT OPERATORS: Aggregate Spreader operators Asphalt plant firemen Asphalt plantdriver operators Batch plant operators Bulldozer Operators: Finish Rough Bull Float operators Concrete curing machine operators Concrete mixer operators: Less than 5 sacks 5 sacks and over Backhoe Operator - Rubber tired (1 yard or less) Cherry picker operators Concrete paver operators Concrete spender operators Crane, Derrick, Dragline, Shovel, Backhoe, Operators 1-1/2 yards or less over 1-1/2 yards Crusher operators Distributor operators Drill operators (Wagon or 1 •1 Rates Fringes 7.20 7.20 7.20 8.75 6.30 1 5.45 5.15 5.15 1 5.85 5.15 5.45 1 5.15 5.15 5.45 1 5.15 5.45 6.40 5.15 6.20 6.20 5.80 1 5.15 5.15 5.80 1 6.90 5.65 5.65 5.65 5.15 1 6.20 6.10 6.10 6.70 6.70 6.70 1 7.20 5.65 5.65 q AR990007 - 2 I I I I Li I I J J J I J I truck) Elevating Grader operators Euclid or like equipment operator (Bottom or end dump) Finishing Machine Operators Flaggers Forkliff operators Form grader operators Front end loader operators Finish Rough Hdro Seeder operators Mechanics Motor Patrol Operators: Finish Rough Mulching machine operators Oilers and Greasers Piledriver operators Power broom operators Pug mill operators Roller Operators (self propelled) Scraper Operators: Finish Rough Sod slicing machine operators Stabilizer mixing machine operators Tractor operators (crawler type) Tractor operators (farm and sheel) Tractor operators -wheel type (with attach. -1 yd. or under) Trenching Machine operators STONEMASONS TRUCK DRIVERS: Distributor truck drivers Semi -trailer Lowboy drivers Transit mix truck drivers Truck Drivers (heavy - maximum pay load in excess of 3,000 lbs.) Truck Drivers (light - maximum pay load 3,000 lbs.) WELL DRILLERS 5.65 6.70 5.25 6.10 5.15 5.15 5.15 6.70 5.65 5.15 6.90 6.90 5.65 5.15 5.45 6.20 5.15 5.15 5.25 6.90 5.65 5.15 5.65 5.15 5.15 5.55 5.55 7.20 5.45 5.45 5.65 5.45 5.15 5.15 6.90 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. J AR990007 - 3 I 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) (v)) -------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS P 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a• position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal , process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the AR990007 - 4 ' ' interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor '• 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION I H C I C I I I I IAR990007 - 5 Monthly Employment Utilization Report (Standard Form 257) Authorized by Section 203 of Executive Order 11246 and 41 CFR 60-1.4(5) The Contractor will file with the Area Director, U.S. Department of Labor, OFCCP, P.O. Box 1296, Little Rock, Arkansas, to reach that office by the 5th of each month, beginning with the effective date of the contract for the duration of the contract, Monthly Employment Utilization Reports (Standard Form 257), in accordance with the instructions contained in the form. Members of the Associated General Contractors Highway Heavy Affirmative Action Plan are not required to submit Form CC -257 unless requested. A sample of the "Standard Form 257" is provided on the following two pages. GP 120-28 1 1 1 1 1 1 1 1 1 1 E d 0 0 O O c c Q{ dm J N n �;c E O EU O C^, < m N - EeO c d m w `m d - a O > o W O Y O Q m Q O V N N C O E O a. E Ui L C O nm C, CD Q d LL q Q N N• = d Z C O O Zm a o=E m I -ow m a Ow 0 a Cu LL ` m 0 m 0 00 0> E� °um •oE o C m a C. T ' O It 0 m U- m W d C N m N E .. m CC Or Cl) • L m 1 01 m Idi 2 0 2 Cu 0 0 m c E 0 0 d Z Cu u O TA_ .1 m `r 0t y Q J n 0 -OX E L .l < « J d O m 2p Qra LL E W Z o0 m Cy 0o . o C 6 Ecui J U N 0 c y r oom O m Z d 0 w cm Fw J aiE�==� WE.m. W 0 m Q_ Q Co.- no Z w 2 m 6 00 C LL o 3 3 0 `m vY<o 0o O A`=ct i' 3 v U N m N O 6 a f F C — J 00 O« C N LL 0 0 now c H C_o 0uc Q J m J T CO m o- z a 0 u c0 3i 2 OE IL oo� V Z LL m=o o O no x= XO ? cQ c 0 2 0 c C «.e.. ro Y e 0 G w J Q t�O m O E m OCa •W---• p > L . Ca w0 Ia. yy.`T N e d E J C J m 0m d < ~ — Q m g 9 N 3* Z m m ti � m m w m nil � Y ~ J Cu O O T a m S m ___- a v� E O= m m m m m m m Y m C` N C ` m r m Y ` m m 0 0 O O, 2 = = Y = m C O c m 3 m v O 3 m 3 0 3 m 3 O 3 m 3 3 m w U m m u m n m d m 0 3 N w of xp o a .. Z m c m Z o C m 2 m c m a= m m rn e o o. a W :° n $ A y g ccuo a c 0 o V N r7 LL H o a. 0 0 a.- 0 0 a r 0 0 n. 0 0 n 0 0 0«— o€ o o c m m 0o ° m > E O m Q`t N 2 ocEm 02 - c n O a� i =oo f7 Uwe E o$ ---------------------0 cce c J� cua m = 0 - m CA a w O EEp • W m1- c m 4_ CO C « Cep o C E 2 vJ m"v V - 1-L N LL m U I - new e W INSTRUCTIONS FOR FILING MONTHLY EMPLOYMENT UTILIZATION REPORT (CC -257) The Monthly Utilization Report is to be completed by each subject contractor (both prime and sub) and signed by a responsible official of the company. The reports are to be filed by the 10th day of each month during the term of the contract, and they shall Include the total work -hours for each employee classification in each trade in the covered area for the monthly reporting period. All reports shall be submitted to the OFCCP office In your area. (Additional copies of this form may be obtained from the U.S. Department of Labor, Employment Standards Administration, OFCCP's office for your area.) THE PRIME CONTRACTOR SUBMITS A REPORT FOR ITS TOTAL CONSTRUCTION WORK FORCE TO OFCCP. EACH SUBCONTRACTOR SEPARATELY SUBMITS A REPORT FOR ITS TOTAL CONSTRUCTION WORK FORCE TO OFCCP. Company Reporting Any company which has a construction contract with the U.S. Government or a contract funded in whole or in part with Federal funds. Includes subcontractors on such • contracts. Minority Includes Blacks, Hispanics, American Indians, Alaskan Natives, and Asian and Pacific Islanders —both men and women. 1. Name of MA or EA The name of the Metropolitan Area or Economic Area for I. The MA may be a Metropolitan Statistical which this report reflects hours of work. If necessary t Area (MSA) or a Primary MSA (PMSA). contact local OFCCP office for correct name. 2. Current Goals (Minority & Female) See contract Notification, or contact local OFCCP office. I 3. Reporting Period Monthly, or as directed by OFCCP, beginning with the • effective date of the contract. 4. Name and Location of This Is the company whose work hours are being Company Reporting reported on this form. 5. Construction Trade Only those construction crafts which contractor employs in the MA or EA including laborers. 6a. - 6e. Work -Hours of Employment 6a. The total number of male HOURS and the total number of female HOURS worked by employees in each classification. I M = Male 6b. -e. The total number of male HOURS and the total F = Female number of female HOURS worked by each specified group of minority employees in each classification. I Classification The level of accomplishment or status of the worker in the trade (Journey Worker, Apprentice, Trainee). Combine all new hire hours. 7. Minority Percentage of Total Hours The percentage of total minority work -hours of all work -hours (the sum of columns 6b, Sc, 6d, and 6e divided by column 6a; just one figure for each construction trade). 8. Female Percentage of Total Hours For each trade the number reported in 6a. F divided by the sum of the numbers reported in 6a. M and F. 9. Total Number of Employees Total NUMBER of male and total NUMBER of female employees working in each classification of each trade in the contractor's aggregate work force during reporting period. 10. Total Number of Minority Employees Total NUMBER of male minority employees and total NUMBER of female minority employees working in each classification in each trade in the contractor's aggregate work force during reporting period. Public Burden Statement We estimate that it will take an average of 60 minutes per response spouse to complete this collection of information, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. If you have any comments regarding these estimates or any other aspect of this collection of information, including suggestions for reducing this burden, send them to the Office of IRM Policy,. (1215-0163) U.S. Department of Labor, Room N1301, 200 Constitution Avenue, N.W., Washington, D.C. 20210. DO NOT SEND THE COMPLETED SURVEY TO THE OFFICE SHOWN ABOVE. I H I I H H I Ii H I I I I SPECIAL CONDITIONS SC -01 GENERAL DESCRIPTION OF THE WORK. Detailed descriptions of the several items of work are given in the TECHNICAL SPECIFICATIONS that follow. In general, the work consists of the construction of joint and crack cleaning and sealing, spall repairs, and full -depth reconstruction in PCC pavement. SC -02 SPECIAL INSTRUCTIONS. It is the intent of these instructions to minimize interference to airport operations; in areas not closed to aircraft, aircraft movement shall have the right-of-way over construction related vehicles and equipment. The Contractor will be allowed access to the construction site only at the locations shown in the Plans. The Contractor shall adhere to security requirements of Paragraph SC -08 of these Special Conditions. The Contractor shall be responsible for the maintenance and repair of each access/haul route. The Owner has construction contracts in progress for the performance of other work at the airport. The Contractor shall cooperate with the other Contractors on the Airport and shall conduct his work so as not to interfere with or hinder the progress of any other work being performed. SC -03 RESTRICTIONS ON TIME FOR WORK. Airport Security is a primary concern of the Airport and the FAA. The Contractor's access gates into the secured area of the Airport shall be kept guarded or locked at all times. The Contractor should be aware that a fine of $200 will be paid by the Contractor to the City of Fayetteville for each time that the Contractor's access gate is found unlocked and unguarded. 2. The intent of these contract documents is to organize and control the work so that it is accomplished with minimum inconvenience to the Airport and to insure the safety of aircraft movements at the Airport during the construction period. To accomplish this, the work is restricted in Air Operations Areas (AOA) as defined herein. 3. All work within an Air Operation Area shall be coordinated strictly with the Airport's Air Traffic Control tower. It shall be the full and sole responsibility of the Contractor to provide the required coordination, and to receive and comply with all instruction issued by Air Traffic Control. ' 4. Contact and control shall be the Engineer. The radio shal ' information or instructions. excellent working condition good and operable condition J completion of the project. by two-way operation radio, tuned to the frequency specified by • be monitored at all times during the hours of work for receipt of The Contractor shall furnish a minimum of two (2) radios in for the use of his personnel. All radios shall be maintained in at all times, and shall remain the property of the Contractor upon SC -1 J SPECIAL CONDITIONS II 5. At all times aircraft movement shall have the right-of-way over the Contractor's equipment. , 6. The Contractor will be allowed access to the construction areas at the locations indicated in the Plans. The Contractor shall be responsible for maintaining continuous security at each point of access. The Contractor: should be aware that a fine of $200 will be paid by the Contractor to the City of Fayetteville for each time that the Contractor's access gate is found unlocked and unguarded. 7. The intent of these contract documents is to organize and control the work so that it is accomplished with minimum inconvenience to the Airport and to insure the safety of aircraft movements at the Airport during the construction period. To accomplish this, the Contractor's access to the airport is restricted to the immedicate vicinity of the construction, and a direct, approved access route to the construction. All of the work accomplished on the terminal ramp is in the secure area of the airport, and the Contractor shall comply with the Owner's rules and regulations for access to the secure area. 8. The Contractor's work shall be phased to maintain access from the terminal building to aircraft parked on the ramp. 9. See Paragraph SC -08 of the contract documents for additional information on security requirements. SC -04 INSURANCE. Insurance shall meet the following requirements: 1. Contractor's Liability Insurance Requirements. The bidder shall provide with the Proposal a listing of both automobile and personal 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. The kinds of insurance required are: (1) Public Liability; (2) Property Damage and Vehicle Liability; and (3) Workman's Compensation. Prior to the execution of the contract, the successful Bidder shall furnish, to the Owner, Certificate of Insurance coverages. During the life of the construction contract, the Contractor shall purchase and maintain comprehensive and general public liability insurance as is appropriate for the work being performed, as well as provide protection from claims which result from the Contractor's performance of the requirements of the contract documents. SC -2 I 11 I I L L I I I I I I H H H I ' SPECIAL CONDITIONS The insurance required by this section shall include the specific coverages and be written for not less than the limits of liability and coverages required by law. All such insurance shall remain in effect until the work is formally accepted by the Owner, and at all times thereafter ' that the Contractor may be correcting, removing, or replacing such work. The Contractor shall require all subcontractors on the job to carry insurance as outlined above, 'or shall furnish coverage for the subcontractors as outlined above. ' 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 low bidder. 1] r I C L C I I L1 LI LI I 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 may, at his option, reduce the amount of additional coverage required or waive any requirement for additional coverage. 2. Third Party Coverage. In addition to the insurance described above, the Contractor also shall provide "Owner Protective" insurance which names as the insured the City of Fayetteville and Garver Engineers, Little Rock, Arkansas. Such insurance shall be in full force during the life of this Contract. The bidder shall show the premium cost for the "Owner Protective Policy" or additional insured in the Proposal in the bid item "Third Party Insurance." The amount shown in the bid item for the "Third Party Insurance" premium cost shall be that amount of additional premium above the premium for the coverage shown in the Certificate of Insurance submitted with the bid. 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. SC -05 TIME FOR COMPLETION AND LIQUIDATED DAMAGES. The number of calendar days allowed for completion of the project is stipulated in the Proposal and in the Contract and shall be known as the Contract Time. It is understood and agreed by and between the Owner and the Contractor that the time of completion herein set out is a reasonable time. The Contractor shall perform fully, entirely and in an acceptable manner, the work contracted for within the contract time stated in the Contract. The contract time shall be counted from ten days after the effective date of the "Notice to Proceed", or the date work commences, whichever occurs first; and shall include all Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of any orders of the Engineer for suspension of the prosecution of the work, due to the fault of the Contractor, shall be counted as elapsed contract time, and shall not be considered for an extension of time. Extensions of time for completion, under the condition of 2(a) next below, will be granted; extensions may be granted (in accordance with paragraph GP 80-07, DETERMINATION AND EXTENSION OF CONTRACT TIME) under other stated conditions: SC -3 I Ti SPECIAL CONDITIONS a. If the satisfactory execution and completion of the Contract shall require work or material in greater amounts or quantities than those set forth in the Contract, then the Contract time shall be increased in the same proportion as the additional work bears to the original work contracted for. b. An average or usual number of inclement weather days, when work cannot proceed, is to be anticipated during the construction period and is not to be considered as warranting extension of time. If, however, it appears that the Contractor is delayed by conditions of weather, times and seasons, so unusual as not to be reasonably anticipated, extensions of time may be granted. No extension of time for inclement weather days shall be granted after the Contract Time has expired. c. Should the work under the Contract be delayed by other causes which could not have been prevented or contemplated by the Contractor, and which are beyond the Contractor's power to prevent or remedy, an extension of time may be granted. Such causes of delay shall include but not necessarily be limited to the following: , (1) Priority or allocation order duly issued by the Federal Government. (2) Acts of God, acts of the public enemy, fires, floods, epidemics, quarantine ' restrictions, freight embargoes, and unusually severe weather. (3) Any delays of Subcontractors or suppliers occasioned by any of the causes specified in (1) or (2) above. 3. The Construction Observer or other authorized representative of the Engineer shall keep a , written record of each day sufficient for his determination as to the inclusion of that day in the computation of Contract time. This record shall be available for examination by the Contractor during normal hours of work as soon as feasible after the first of each construction month. In case of disagreement between the representative of the Engineer and the Contractor, as to the classification of any day, the matter shall be referred to the Engineer, whose decision ' shall be final. 4. The amount of all extensions of time for whatever reason granted shall be determined by the Owner. In general, only actual and not hypothetical days of delay will be considered. The Owner shall have authority to grant additional extensions of time as the Owner may deem justifiable. The amount of Liquidated Damages to be assessed shall be $250 per day for each day over the total contract time stipulated in the Contract. 1J SC -4 I I I J I n I I I I SPECIAL CONDITIONS I. Time is an essential element of the Contract, and it is important that the work be pressed vigorously to completion. Loss will accrue to the public due to delayed completion of the facility and the cost to the Owner of the administration of the Contract, including engineering, construction observation, and supervision, will be increased as the time occupied in the work is lengthened. All additional costs incurred by the Owner for engineering, construction observation, and supervision shall be borne by the Contractor. 2. Should the Contractor fail to complete the work as set forth in the Specifications and within the time stipulated in the Contract, there shall be deducted the amount shown above, for each day of delay, from any monies due or which may thereafter become due him, not as a penalty, but as ascertained and liquidated damages. 3. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. If the Contractor finds it impossible for reasons beyond his control to complete the work within the Contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the Contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may recommend to the Owner that the contract time be extended as conditions justify. If the Owner extends the contract, the extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. ' SC -06 LEGAL HOLIDAYS. January 1, Memorial Day, July 4, Labor Day, Thanksgiving and December 25 will be considered as being holidays; no other days will be so considered. No engineering supervision or construction observation (or inspection) will be furnished on legal ' holidays, or Sundays, except in an emergency. The Contractor shall observe the legal holidays, and Sundays, and no work shall be performed on these days except in an emergency. H I H J I SC -07 INSTRUMENT CONTROL. The Contractor will be furnished survey baselines and benchmarks to control the work as shown on the Plans. The Contractor shall be responsible for the additional instrument control necessary to lay out and construct the work. The Contractor's instrument control of the work shall not be measured for separate payment, but will be considered subsidiary to the Item SP -2 "Site Preparation". SC -08 SECURITY AND CONTROL OF ACCESS. The Contractor shall order his forces and work to insure the continued maintenance of airport security and control of access. Access is to be limited to only those personnel necessary for the work. At all times, the Contractor shall cooperate with representatives of the City of Fayetteville and abide by airport security requirements. SC -5 I SPECIAL CONDITIONS The Contractor shall install a temporary fence around his construction staging area to separate his ' material stockpile, equipment storage, and parking areas from the secured areas of the airport. No personal vehicles of Contractor's employees will be allowed inside the secured area of the airport ' beyond this staging area. The exterior access gate shall be kept locked or shall be guarded at all times. All material deliveries shall be received in the staging area reserved by the Contractor. No delivery trucks will be allowed access to a secured area of the airport beyond this staging area. Any fines, including any and all associated costs, assessed the Airport for failure to maintain security of the Airport which are a result of the negligence of the prime Contractor, any of his subcontractors, or any supply/delivery personnel, will be assessed the prime contractor. Payment of any fines levied for security violations shall be made to the City of Fayetteville within seven calendar days. SC -09 CONSTRUCTION SAFETY PLAN. Safety at the airport is a prime concern of the Airport Commission and the FAA. The Contractor shall immediately comply with any instruction given by any airport representative to insure the safety of airport operations. In addition to the safety issues discussed in these Specifications and Contract Documents, the ' Contractor shall also comply with the instructions in the Plans on sheets 2 and 3. The Contractor (including his or her employees) and any of his subcontractors (including his or her employees) who will operate ground vehicles in aircraft movement areas shall successfully complete formalized airport safety training, to be conducted by the airport staff. Training records for all personnel authorized to operate ground vehicles on movement areas shall be made available for inspection by the Airport Manager or his designated representative during normal business hours. Personnel who have not completed the required training are prohibited from operating motor vehicles in aircraft movement areas. Vehicle movement within the aircraft movement area is controlled through communications with the Air Traffic Control Tower (ATCT) or by an escort vehicle in communication with the ATCT. Vehicle operators shall comply with all instructions received from the ATCT when operating on any active runways or taxiways and associated safety areas. Vehicles operating in the movement area during hours of darkness shall have operating flashing lights of either amber, yellow or red, or be escorted by a vehicle so equipped. Failure of the Contractor (including employees) or any of his subcontractors (including employees) ' to comply with ATCT instructions or any of the other requirements stated above while operating in an aircraft movement area, shall be subject to the following: I. First incursion: The Contractor shall receive a fine of $1,000.00, and the vehicle operator will receive a loss of driving privileges in airport movement areas. In addition, any fines or penalties imposed on the airport by the FAA, as a result of a movement area incursion, will be assessed to the company. SC -6 I I n SPECIAL CONDITIONS 2. Second incursion: The Contractor shall receive a fine of $5,000.00 to be deducted from any monies due him, and the vehicle operator will receive a loss of driving privileges in airport movement areas. In addition, any fines or penalties imposed on the airport by the FAA, as a result of a movement area incursion, will be assessed to the company. 3. Third incursion: Work will be suspended. The Contractor (including his or her employees) and any of his subcontractors (including his or her employees) who will operate ground vehicles in aircraft movement areas shall successfully complete, for a second time, formalized airport safety training, to be conducted by the airport staff. When the Contractor's employees have completed airport safety training to the satisfaction of the Owner, work may continue at the discretion of the Owner. ' All construction shall be subject to the inspection of the Airport Commission and shall meets its approval. ' SC -10 DOCUMENTS FOR THE CONTRACTOR. The Engineer will furnish (at no cost) the Contractor three (3) sets of Specifications and three (3) sets of full size Plans. Additional sets (for subcontractors, suppliers, etc.), if requested, will be furnished at the cost of reproduction. ' SC -11 NOTAMS. In order to formally advise pilots of such information as temporary runway or taxiway closures, displaced thresholds, construction activity on the airport, etc., the FAA -- upon ' request from the Owner -- will disseminate notices via the National Notice to Airmen (NOTAM) telecommunications system. Such disseminated notices are known as NOTAMs. ' The Contractor shall, through the Engineer, keep the Owner continuously informed of his construction operations in order that NOTAMs be kept current and reflect actual conditions with respect to construction activities on the airport. ' SC -12 CONSTRUCTION ACTIVITY AND AIRCRAFT MOVEMENTS. Safety requirements for construction activity affecting aircraft movement areas have been coordinated with the Owner and representatives of the FAA. Restrictions are noted in the Plans. Open trenches, excavations exceeding 3 inches in depth and 3 inches in width, or stockpiled material will not be permitted within 200 feet of any runway centerline, within 300 feet of the end of a ' runway, nor within 75 feet of any taxiway centerline. These criteria are applicable only when the concerned runway/taxiway is operational and open to aircraft traffic. ' SC -13 MOTORIZED VEHICLES. During periods when the runway or taxiway is not closed, vehicular activity on the runway and taxiway shall be prohibited. In the event that such vehicular traffic cannot be avoided, it must be carefully controlled in accordance with the following ' provisions: a. Vehicular traffic crossing active movement areas must be in communication with the air traffic control tower by two-way radio, or, the crossing area shall be manned with the Contractor's "crossing guard" personnel at all times the crossing area is in use. The "crossing guard" personnel shall be equipped with a two-way radio, and with a flag ' SC -7 I 0 SPECIAL CONDITIONS which meets the requirements listed below. The clearance given by the air traffic control tower should be confirmed by the driver's personal observation that no aircraft is approaching his position. b. Any vehicle required to travel over any portion of the aforementioned areas, which is not monitored by a crossing guard, shall display a flag on a staff, attached to the vehicle in such a manner that the flag will be readily visible. The flag will be not less than 3 -feet square, consisting of a checkered pattern of international orange and white squares of not less than 1 foot on each side. c. Waste and loose material capable of being blown about and causing damage to aircraft landing gears, propellers, etc. will not be placed on (or allowed to be blown into) active aircraft movement areas. Material tracked onto any paved areas will be removed immediately. SC -14 CLEAN UP. At least weekly, the Contractor shall clean up the site, including any work areas at the airport, in order that the site presents a neat appearance and the progress of the work not be impeded. Clean up shall immediately precede final inspection. Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary plant, equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable to the Owner. Clean up will not be measured for separate payment but shall be considered subsidiary to Item SP -2, SITE PREPARATION. ' SC -15 PROJECT MEETINGS AND COORDINATION. A preconstruction conference will be called by the Engineer at a time convenient to the Owner and before the issuance of the "Notice to Proceed". The Engineer and the Contractor and such subcontractors as the Contractor may desire shall attend this meeting with the Owner. The Owner will call such Coordination Conferences as may seem expedient for the purpose of assuring coordination of the work covered by this Contract. The Contractor shall attend all such conferences. This in no way relieves the Contractor of his responsibility to fully coordinate his work under this Contract. SC -16 SCHEDULES AND RECORD DOCUMENTS. After award of the Contract and before the first payment request, the Contractor shall submit to the Engineer, in a form and to a detail acceptable to the Engineer, his proposed "Progress Schedule", showing expected starting and completion dates of the various items of work. The Contractor shall provide, at the preconstruction conference, a detailed schedule for construction of the improvements. The Contractor shall keep one record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings and samples at the site, in good order, and annotated to show all changes made during the construction process. These shall be available to the Engineer for examination and shall be delivered to the Engineer for Owner upon completion of the work. SC -8 I I I I I I I I I H I H LI SPECIAL CONDITIONS SC -17 CONTRACTOR/SUBCONTRACTOR/SUPPLIER LEGAL DISPUTES. The Contractor shall reimburse the Owner for any fees, expenses, charges, fines or other costs borne by the Owner as a result of legal disputes or lawsuits between the Contractor and his subcontractors, or between the Contractor and his suppliers. Reimbursement shall be paid directly to the City of Fayetteville. SC- 18 PAVEMENT CORES. Pavement coring information is included at the end of this section as a courtesy to the Contractor. SC -19 MEASUREMENT AND PAYMENT. No separate measurement or payment will be made for the work covered under these special conditions; all costs for the work shall be included in the contract prices for the work to be performed under this contract. END OF SPECIAL CONDITIONS SECTION SC -9 Grubbs, Garner, LOG OF CORING NO. 1 co Hoskyn, Inc., EXISTING PARKING APRON - DRAKEFIELD Conwfung Engineers FAYETTEVILLE, ARKANSAS TYPE:. Core Machine LOCATION: Construction Joint LL COHESION, TON/SQ FT LL w w W � } 0.2 0.4 0.8 0.8 1.0 1.2 1.4 to DESCRIPTION OF MATERIAL o v I PLASTIC WATER LIQUID i5 2 F- m LIMIT CONTENT LIMIT SURF. EL: m 10 20 30 40 so 60 70 E>HjI 11 inches Concrete I I I I I I I I 4 inches Black Base — - -' - � ompacted_Shale FiII_ _ _ _ _ _ _ _.' 1'--1:1 �lll I I I I ! I COMPLETION DEPTH: 2.0 ft DATE: 9-25-97 DATE: 9-25-97 LOG OF CORING NO. 2 EXISTING PARKING APRON - DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Coring Machine LOCATION: Control I- COHESION, TON/SQ FT i W LL w N w 3 LL 0.2 0.4 0.8 09 1.0 1.2 1.4 c DESCRIPTION OF MATERIAL M O I PILAs1IC WATER LIQUID g r 0 L:`AIT CONTENT LIMIT I I C Zwl _- w I< SURF. EL: © 10 20 30 10 50 60 70 11 inches Concrete I I I -.4 inches Black Base ----- ------ -" ------- -- I I I I 1 ',Copacted_Shale Lfilll _ _ _ _ _ _ - I I 5- I I I COMPLETION DEPTH: 2.0 ft DATE: 9-25-9; nATG. a-94-97 PLAT" 5 I Grubbs, Garner, 97-548 LOG OF CORING NO. 3 ®&Hoskyn,Inc., EXISTING PARKING APRON - DRAKE FIELD Consulting Engineers FAYETTEVILLE, ARKANSAS TYPE:, Coring Machine LOCATION: Defect No. 1 ' r COHESION, TON/SQ FT LL .ww 3 } w 0.2 0.4 0.6 0.8 1.0 1.2 1.4 f° Q- DESCRIPTION OF MATERIAL cn in U , PLASTIC WATER LIQUID y 3 _ Oj LIMIT CONTENT LIMIT wQ c n w p ' +______-_--. SURF. EL: = 10 20 30 40 so 60 70 11 Inches Concrete -n- .4 inches Black Base - -- ------ r le -fill-_-__-' ---------- ______ ___ ___ 5 10- I I I COMPLETION DEPTH: 2.0 ft DATE: 9.25.97 DATE: 9-25-97 LOG OF CORING NO. 4 EXISTING PARKING APRON - DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Coring Machine LOCATION: Defect No. 2 COHESION, TON/SQ FT w w o: w 3r } LL 0.2 0.4 0.6 0.a 1.0 1.2 1.4 ° DESCRIPTION OF MATERIAL m in U ^ PLASTIC WATER LIQUID Q- } jQ 3 Fm LIMIT CONTENT LIMIT N O ZJ +________-T SURF. EL: m ! 10 20 30 40 so 60 70 1 1 inches concrete I I I I .4 inches Black Base `,Conpacted_Shale Ifi-I- _ _ _ _ _ _,' _ i 5- n ry I 10- S COMPLETION DEPTH: 2.0 ft DATE: 9-25.97 f1ATC. Q-9 Q7 PLATE 6 H 11 C I I I I S I I I d CONTRACTOR SAFETY REQUIREMENTS 1. General Safety Requirements: During performance of this contract, the airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible. Aircraft use of areas near the Contractor's work will be controlled to minimize disturbance to the Contractor's operation. The Contractor shall not allow his/her employees, subcontractors, suppliers, or any person over whom he/she has control to enter or remain in any part of the airport which would be hazardous to persons or to aircraft operations. Whenever aircraft operations require, the Engineer may order the Contractor to suspend operations, move plant, personnel, equipment, and materials to a safe location and stand by until aircraft use is completed. The Contractor shall adhere to the safety standards outlined in FAA Order SW 5200.5B, latest edition, a portion of which is reproduced herein. 2. Obstacle Free Zone (OFZ): Construction activity within an Obstacle Free Zone will require closing part or all of the affected runway. See Figures 1-4. The width of the Runway OFZ for Runway 16-34 is 400 feet. 3. Approach Clearance to Runways: Relocated thresholds are not required for this project. 4. Runway and Taxiway Safety Areas: Construction activity within a runway safety area will require closing part or all of the affected runway. Construction activity within taxiway safety areas/obstacle free areas is permissible when the taxiway is open to aircraft traffic if: a. Adequate wingtip/empennage clearance exists between the aircraft andequipment/material, b. Excavations, trenches, or other conditions are conspicuously marked and lighted, c. Notices to Airmen are in effect concerning the activity, usually "Men and equipment adjacent to Taxiway Safety area dimensions are shown on Figures 7 and 8. Runway 16-34 is an Airport Reference Code C -III runway. 5. Threshold Marking and Lighting: Ia. Temporary threshold marking is not required for this contract. ' b. Temporary threshold lighting is not required for this contract. c. Temporary visual aids (VASI, PAPI, REIL, etc.) are not required for this contract. I CSR -1 I Ga 7 G] Closed Runway Marking/Hazard Marking: a. Closed runway marking is not required for this contract b. Hazard marking and lighting shall be as required by the Engineer and shall be as described in the specifications and as shown on the Plans. Vehicle Identification and Parking: a. Contractor and subcontractor vehicles and equipment working within or traversing through an Airport Operations Area shall be identified by a permanent sign indicating the Company Name(s), on each side of the vehicle. b. Employee parking shall be as designated on the Plans and by the Engineer. Construction Site Access and Haul Roads: Access to the job site shall be as shown on the Plans or as designated by the Engineer. Radio Communications: Radio communications are required for this contract. CSR -2 11 I I 11 I I 1 1 1 1 1 1 1 1 2/15/96 SW 5200.5B (2) The Runway OFZ is a volume of airspace extending from the runway surface up to 15O feet above the runway. It extends 2OO feet beyond each end of the runway and has the following width: Runways Serving: Visibility Minimums lower than 3/4 mile Other Runways Small Aircraft 3OO feet 25O feet Large Aircraft 4OO feet 2 00ft Rwy OFZ Width Plan View Rwy OFZ End View Figure 1 OFZ - Visual Runways and Runways with visibility minimums not lower than 3/4 mile IRwvOFZI Inner -Transitional OFZ Plan View I TransitionalOFZ Rwy OFZ ❑ ❑3 End View Figure 2 OFZ - Small airplanes exclusively with visibility minimums lower than 3/4 -mile Page 5 SW 5200.5B Plan View am End View 2/1 Figure 3. OFZ - Runways serving large aircraft - visibility minimums lower than 3/4 mile (3) The Inner -Approach OFZ, shown in Figure 4, applies only to runways with approach lighting systems. It begins 200 feet from the runway threshold and ends 200. feet beyond the last light unit in an approach lighting system, and has a 50:1 slope, beginning at runway end elevation. I Rwv OFZ l __ 111111 Plan View 50 Profile View Figure 4. Inner -Approach OFZ - Runways with approach lighting systems Page 6 Par 8 1l 2/15/96 SW 5200.5B b. Approach Clearance Over Equipment and Material. (1) Construction activity in a runway approach may result in a need to ' displace the landing threshold temporarily. If an object penetrates a surface shown in Fig. 5, displace the threshold to a point where the surface is not penetrated. (2) Objects which do not penetrate these surfaces still may be obstructions to air navigation and/or may affect standard instrument approach procedures. Coordinate these with the Fort Worth Flight Procedures Office, and the Air Traffic System Management Branch, ASW-530, as necessary. • Runway 1 ' End 20 Obstacle a 1 I Runway I J I Dimension (Feet) Small Aircraft Large Aircraft A 0 200 B 250 400 C 700 1000 D 2250 1500 E 2750 8500 Figure 5. 20:1 Threshold Location Surface IPar 8 Page 7 SW 5200.56 2/15/96 c. Partial Runway Closure For Equipment On The Runway. j (1) When equipment of construction/maintenance activity must be on a runway and a decision is made to keep part of the runway open for aircraft, part of the runway must be closed as shown in Figure 6. The dimensions shown are recommended; however, a larger closed area than shown may be necessary depending on aircraft use, level of activity, pilot technique, and equipment height, and a smaller closed area may be possible under some circumstances. These recommendations are based on equipment heights of about 15 feet; higher objects may require special considerations. (2) Use the following distances from the construction/maintenance activity to the relocated threshold: Small aircraft (12,500 lbs or less) - 500 feet Large aircraft (More than 12,500 lbs.) - 1000 feet Closed Area usable Runway 500' or 1000' Equipment Temporary Relocated Threshold Figure 6. Relocated Threshold for Equipment on the Runway ' d. Runway and Taxiway Safety Areas. (1) Runway safety areas - construction or maintenance activity is prohibited in runway safety areas (RSA) while the full length of 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 OFZ and requirements of paragraph 8b for approach clearance over vehicles, equipment and material are met. (2) Runway safety area dimensions are shown in Figure 7. Existing safety areas at a particular airport may be larger or smaller than the standard dimensions listed. If construction or maintenance activity must take place within the specified safety area, it is also acceptable to restrict the runway use to a smaller size of aircraft and use a narrower and/or shorter safety area dimension for the duration of the activity. Page 8 Par 8 2/15/96 SW 5200.5B Aircraft Approach Category Runway Safety Area Dimensions (Feet)` Airplane Design Group (See Appendix 3) AandB I II III IV visual runways and Dimen• ® 120 150 300 500 not lower than 3/4 mi approach visibility minimums © 30 40 100 175 Id 240 300 600 1000 lower than 3/4 mi approach ❑a 300 300 400 500 visibility minimums © 100 100 150 175 (c4 600 600 800 1000 C and D I II III IV V Qa All 500 © All 1 50 O All 1000 Note 1: Use dimension a or b, whichever results in the greater distance from the runway centerline. Note 2: Use dimension c or the existing safety area length, whichever is less, but no less than 200 feet. Note 3: Some certificated airports have or permit use of 400 -foot wide runway safety areas during construction and maintenance. Coordinate proposals with the Airports Division, Safety and Standards Branch, ASW-620. Figure 7. Runway Safety Areas Par 8 Page 9 SW 52OO.5B 2/15/96 (3) . Taxiway safety areas/object free areas - see Figure 8. Construction/maintenance activity is permissible in taxiway object free areas and safety areas if the activity is hazard -marked and/or lighted and NOTAMs are in effect. Special consideration must be given to the height of barricades, flashers and other warning devices to clear aircraft wingtips, propellers, engines etc. Other actions may be necessary such as: • Using "wingwalkers" to guide aircraft past hazards, • Using temporary taxiway marking/lighting to detour aircraft clear of the area, • Moving equipment and personnel well clear to allow aircraft to pass safely. .................................................................................................................................................................. Taxiway Object Taxiway Free Area Safety Area Wingtip ........................................................ Clearance .................................................... Object Airplane Design Group (See Appendix 3) Item I II III IV V Taxiway Safety Area 49 79 118 171 214 Width (Feet) Taxiway Object Free 88 130 186 260 320 Area Width (Feet) Figure 8. Taxiway Safety Area and Object Free Area Page 10 Par 8 1 •1 11 1 1 1 1 1 1 1 1 1 1 1 1 II Li ITEM SP -1 - SPECIFICATIONS, ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT 1-1. DESCRIPTION. ' (a) The standard specifications of the Arkansas State Highway and Transportation Department are bound in a book titled Standard Specifications for Highway Construction, Arkansas ' State Highway and Transportation Department, Edition of 1996. These standard specifications are referred to herein as Standard Specifications. ' (b) A copy of the Standard Specifications may be obtained with the purchase of the plans and specifications or from the Arkansas State Highway Department, Little Rock, Arkansas, for the price of Eight and 00/100 Dollars ($8.00). ' 1-2. USE AND MODIFICATIONS. (a) Certain parts of the Standard Specifications are appropriate for inclusion in these ' Technical Specifications. Such parts are incorporated herein by reference to the proper section or article number. ' (b) Certain referenced parts of the Standard Specifications are modified in these specifications that follow. In case of conflict between the Standard Specifications, and the specifications that follow, the specifications that follow shall govern. 1 I I I I I END OF SECTION SP -1 I 1J SP -1-1 L H I L J I J J J I I H I I r I ITEM SP -2 - SITE PREPARATION GENERAL 2-1.1 This item covers the preparation of the site for construction of the proposed improvements. The attention of the bidder is directed to the necessity for careful examination of the entire project site to determine, at the time of bid preparation, the full extent of work to be done under the item "Site Preparation." The entire job site shall be cleared of all man-made obstructions and debris, of whatever nature, and made ready in all respects for the construction of the proposed improvements. The item "Site Preparation" shall include: I. Closed Taxiway Markers 2. Contractor's Access/Haul Road 3. Contractor's Staging Area 4. Lighted Barricades 5. Airport Security Requirements 6. Airport Safety Requirements 7. Clean Up DESCRIPTION/EXECUTION 2-2.1 CLOSED TAXIWAY MARKINGS. The Contractor shall fabricate, furnish, install, maintain, and remove closed taxiway markings in accordance with details on the plans and as directed by the Engineer. The markings shall be aviation -yellow, of a material approved by the Engineer. The edges of the markers shall be bound and the markers shall be secured to the pavement in a manner acceptable to the engineer. All work involved in the fabrication, furnishing, installation, maintenance, and removal of closed taxiway markings will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 2-2.2 CONTRACTOR'S ACCESS/HAUL ROAD. The Contractor shall layout, construct, maintain, and remove all access/haul roads necessary to construct the work. Work, including all materials and labor, involved in the layout, construction, maintenance, and removal (including re- seeding of the area occupied by the road) of the Contractor's access/haul roads will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." Temporary pipe culverts shall be installed and maintained as directed and shall be of the size as directed by the Engineer. The type of material used for temporary pipe culverts shall be at the option of the Contractor. Temporary pipe culverts will not be measured for separate payment, but will be considered subsidiary to the access/haul road. All temporary pipe culverts shall be removed by the Contractor and shall remain his property at the close of the project. Any damage to existing roads or other surfaces caused by the Contractor's operations shall be repaired at the Contractor's expense. SP -2-1 LJ 2-2.3 CONTRACTOR'S STAGING AREA. The area designated on the plans as the Contractor's staging area(s) shall be cleared and graded by the Contractor, as directed by the Engineer, for use by the Contractor in constructing the work on this project. The Contractor shall install a 6 -ft temporary security fence around the staging area to separate the staging area from the secured areas of the Airport. The Contractor shall install a cantilever type sliding gate in the temporary security fence for his access to the project site. The gate shall be kept locked or guarded at all times in accordance with the security requirements of paragraph SC -08 of the Special Conditions. The temporary fence and gate shall be removed by the Contractor at the close of the project and shall remain the property of the Contractor. Any area used or otherwise occupied by the Contractor for his operations shall be cleaned, regraded, and seeded, as directed by the Engineer, prior to the final acceptance of the project by the Airport. All work involved in the preparation and restoration of areas used or occupied by the Contractor, including temporary fence construction and removal, clearing, grubbing, regrading, and seeding, will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 2-2.4 LIGHTED BARRICADES. The Contractor shall fabricate, furnish, install, maintain, and remove lighted barricades in accordance with details on the Plans and as directed by the Engineer. All work involved in the fabrication, furnishing, installation, maintenance, and removal of barricades will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 2-2.5 AIRPORT SECURITY REQUIREMENTS. The Contractor shall abide by the Airport Security requirements that are outlined in Paragraph SC -08 of the Special Conditions of these specifications. All costs associated with the Airport Security requirements, including procurement of security badges, will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 2-2.6 AIRPORT SAFETY REQUIREMENTS. The Contractor shall abide by the Airport Safety requirements that are outlined in the Special Conditions and Contractor Safety Requirements of these specifications. All costs associated with the Airport Safety requirements will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 2-2.7 CLEAN UP. From time to time, the Contractor shall clean up the site in order that the site presents a neat appearance and that the progress of work will not be impeded. One such clean up shall immediately precede final inspection. Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable to the Owner. METHOD OF MEASUREMENT 2-3.1 Site preparation will be measured as a lump sum complete item. SP -2-2 I I I Li Li I L L L L L 11 I I I 11 BASIS OF PAYMENT 2-4.1 Work completed and accepted under this item will be paid for at the contract lump sum price bid for "Site Preparation," which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer. Payment will be made under: Item SP -2-4.1 Site Preparation - per Lump Sum END OF SECTION SP -2 SP -2-3 I I H I I I I I I ITEM SP -3 CONCRETE PAVEMENT REMOVAL DESCRIPTION 3-1.1 This item shall consist of the full -depth removal of portions of the existing concrete pavement, as shown on the plans or as directed by the Engineer. All pavement material removed shall be disposed of off airport property, or as directed by the Engineer. CONSTRUCTION METHODS 3-2.1 CONCRETE PAVEMENT REMOVAL. This item shall consist of the removal of existing concrete pavement (regardless of depth or underlying material encountered) to existing subgrade material, at the locations shown on the plans or as directed by the Engineer. The method of removal shall be approved by the Engineer before any removal operations begin. The pavement designated for removal shall be removed to existing joint lines, unless otherwise specified or directed by the Engineer. If the concrete is not removed to a joint, the intermediate removal limit shall be sawcut to a minimum depth of four inches. The Contractor shall take care not to damage adjacent sound pavement; any adjacent sound pavement damaged by the Contractor shall be removed and replaced at the Contractor's expense. The removal shall proceed to the depth necessary to accommodate the new pavement section thickness. Removal of any additional material necessary to accommodate the new pavement section thickness will not be measured for separate payment, but will be subsidiary to Concrete Pavement Removal. 3-2.2 SUBGRADE PREPARATION. For cohesive soils, the top 6 inches shall be compacted to 90% maximum density. For non -cohesive soils, the top 6 inches shall be compacted to 100% maximum density, and the next 18 inches of subgrade shall be compacted to 95% of maximum density. The maximum density shall be determined in accordance with ASTM D 1557. Subgrade preparation will not be measured for separate payment, but will be considered subsidiary to Concrete Pavement Removal. 3-2.3 UNDERCUT EXCAVATION. If, in the opinion of the Engineer, the subgrade material underlying this depth is unsuitable or of insufficient strength to support the finished pavement structure, the subgrade shall be excavated to a depth as determined by the Engineer. The undercut shall be refilled with select material approved by the Engineer and compacted in accordance with paragraph 3-2.2 above. ' METHOD OF MEASUREMENT 3-3.1 Based on the cores extracted from the existing concrete ramp, the concrete pavement to be ' removed is approximately 11 inches in thickness, except where a thickened edge has been constructed. Concrete pavement removal will be measured by the square yard of pavement removed to the specified depth, regardless of the thickness encountered. r SP -3-1 3-3.2 Soil that is unsuitable for subgrade shall be excavated as directed by the Engineer. Only that amount of undercut excavation directed by the Engineer will be included in the quantity of undercut measured for payment. Undercut shall be measured from the bottom of the new pavement section, or from the bottom of the planned removal, to the depth of the undercut as directed by the Engineer. Measurements will be taken, by the Engineer, of the undercutting, and the volume of undercutting will be calculated. The necessary refilling will not be measured for payment, but will be considered subsidiary to the undercut excavation. BASIS OF PAYMENT 3-4.1 Concrete pavement removal will be paid for at the contract unit price bid per square yard for "Concrete Pavement Removal". These prices shall be full compensation for removal and disposal of existing pavement; for preparation and compaction of underlying subgrade; and for all equipment, tools, labor, and incidentals necessary to complete the work. Undercut excavation shall be paid for at the contract unit price bid per cubic yard for "Undercut Excavation", which price shall be full compensation for all excavation; for disposal of unsuitable material; for refilling and compaction of all undercut areas; and for all equipment, tools, labor and incidentals necessary to complete the work. Payment will be made under: I HI I I I SP-3-4.la Concrete Pavement Removal -- per square yard SP-3-4.lb Undercut Excavation -- per cubic yard END OF SECTION SP -3 SP -3-2 I I I I C C I I I I J I I I Li I Li H I I ITEM SP -4 CONCRETE SPALL REPAIR DESCRIPTION 4-1.1 This item shall consist of the partial -depth removal and repair of portions of the existing concrete pavement, as directed by the Engineer. All pavement material removed shall be disposed of off airport property, or as directed by the Engineer. MATERIALS 4-2.1 REPAIR MATERIAL. Concrete meeting the applicable requirements of P-501 of these specifications shall be used for repairing the spalled areas. A bonding agent shall be submitted to the Engineer for approval. CONSTRUCTION METHODS 4-3.1 GENERAL. The Contractor shall remove the pavement at locations as directed by the Engineer, and shall repair the removed section as specified herein and in the plans. 4-3.2 CONCRETE SPALL REMOVAL. The delineated area shall be sawcut (4 inches minimum depth) as marked by the Engineer; the concrete within the sawcut area shall be removed to the depth necessary to reach sound concrete (4 inches minimum). The Contractor shall take care not to damage adjacent sound pavement; any adjacent sound pavement thereby damaged shall be removed and replaced at the Contractor's expense. The method of removal shall be approved by the Engineer before any removal operations begin. 4-3.3 SURFACE PREPARATION. The removal area shall be thoroughly cleaned by compressed air or other methods approved by the Engineer. A bonding agent, approved by the Engineer, shall be applied before the repair mortar is installed. 4-3.4 CONCRETE SPALL REPAIR. The repair mortar shall be mixed thoroughly and applied ' as directed by the Engineer. The elapsed time from the addition of the cement to the mix until the time the mortar is placed shall not exceed 30 minutes if the mortar is hauled in non -agitating trucks, nor 90 minutes if hauled in truck mixers or truck agitators. After the mortar has been consolidated and struck ' off, it shall be finished smooth and shall match the grade of the adjacent pavement. A brush or broom finish shall be applied when the water sheen has practically disappeared. Any imperfections or tearing caused from finishing or texturing shall be corrected. I I I I The concrete shall be cured using a curing compound conforming to the requirements of ASTM C 309, Type 2. Where repairs are constructed adjacent to joints, the shape of the edge of the slab shall be maintained. The adjacent joint shall be repaired in accordance with the details in the plans. The Contractor shall preclude aircraft or other traffic from the repair areas for seven (7) days or until the repair has fully cured and is able to withstand traffic. SP -4-1 I METHOD OF MEASUREMENT 4-4.1 Concrete spall repair will be measured by the square foot of repair material placed (regardless of depth), completed and accepted. Each repair area measured shall be rounded up to the nearest 0.1 square foot BASIS OF PAYMENT 4-5.1 CONCRETE SPALL REPAIR. Concrete Spall Repair will be paid for at the contract unit price for Concrete Spall Repair. This price shall be full compensation for sawcutting; for removal and disposal of existing pavement; for surface preparation; for furnishing and placing all materials; for formation of the joint where applicable; and for all equipment, tools, labor, and incidentals necessary to complete the work. Payment will be made under: SP -4-5. 1 Concrete Spall Repair -- per square foot END OF SECTION SP -4 SP -4-2 I J I I I L L I L L L L u I I I C ' ITEM SP -5 JOINT AND CRACK CLEANING AND SEALING IN CONCRETE PAVEMENT DESCRIPTION ' 5-1.1 This item shall cover the cleaning and sealing of existing joints in concrete pavement, at the locations shown on the plans or as directed by the Engineer. This item shall also consist of the cleaning and sealing of cracks in the existing concrete pavement, at the locations shown in the plans ' or as directed by the Engineer. MATERIALS 5-2.1 The sealant and backer rod used for joints and cracks in concrete pavement shall be in accordance with Item P-605 of these specifications. Backer rod diameter shall be 1.25 times larger than the joint width. ' CONSTRUCTION METHODS ' 5-3.1 CONCRETE JOINT SEALING. Joints in the existing concrete pavement shall be cleaned and sealed at the locations shown on the plans and as directed by the Engineer. Prior to beginning cleaning operations, the Engineer shall approve of all methods, equipment, and materials to be used ' by the Contractor in performing this item of work. After the joints have been cleaned and approved by the Engineer, the joints shall be sealed with a backer rod and sealant as described in this specification. 5-3.1a JOINT PREPARATION. Removal of existing joint material, and other foreign material in the joint, shall be accomplished by sawcutting and other methods, as needed, and as approved by the Engineer, to completely clean the joint. Joints will be sawcut slightly wider than the existing joint width, as directed by the Engineer, to provide the proper sealant reservoir shape and/or to properly clean the joint faces. Immediately after ' sawcutting is complete, the resulting slurry shall be completely removed from the joint by water washing (less than 100 psi pressure). ' When the joints are thoroughly dry, and just prior to backer rod and sealant placement, both vertical faces shall be cleaned by sandblasting with a nozzle attached to an aiming device that directs the sand blast at approximately a 45 degree angle and a maximum of two inches from the face of the joint. Each joint face shall be sandblasted individually. After sandblasting, compressed air shall be used to blow out the joint and remove all residual dust. Air compressors shall be equipped with suitable traps capable of removing all free water and oil from the compressed air and shall be capable of furnishing ' air with a pressure greater than 90 psi. The joints shall be thoroughly dry before the sealant is placed. All joints shall be sealed the same day of the final sandblasting. Cleaned joints left open overnight or joints which become contaminated before sealing shall be re -cleaned as specified above. 5-3.1b SEALANT APPLICATION. The pavement temperature shall be above 50° F at the time of installation of the joint sealing material. 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. I SP -5-1 Li I A backer rod shall be installed as shown on the plans, prior to placement of the joint sealer. The backing material shall be placed as shown on the plans and shall be non -adhesive to the concrete or the sealant material. The self -leveling sealant shall be applied in a continuous operation, by means of approved pressure equipment that will force the sealing material to the bottom of the joint reservoir and completely fill the joint without spilling the material on the surface of the pavement. Sealant which does not bond to the concrete surface of the joint walls, contains voids, or fails to set up 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 and application of an adequate amount of the sealant that will demonstrate, to the satisfaction of the Engineer, the installation of the sealant. The backer rod shall be installed in accordance with Item P-605 and in a manner that will provide the planned depth and shape for the sealant. The sealant and backer rod shall be installed in accordance with the details in the plans, these specifications, and the manufacturer's specifications. 5-3.2 CRACK SEALING IN CONCRETE PAVEMENT. Cracks in the existing concrete pavement (0.25 inch minimum width) shall be cleaned and sealed at the locations shown on the plans and as directed by the Engineer. Prior to beginning cleaning operations, the Engineer shall approve of all methods, equipment, and materials to be used by the Contractor in performing this item of work. After cracks have been cleaned and approved by the Engineer, the cracks shall be filled with a sealant as described in this specification. 5-3.2a CRACK PREPARATION. Removal of any vegetation, dirt, loose materials, and ' deteriorated sealant from the cracks shall be accomplished by routing and/or sawing. Other methods of crack cleaning and preparation may be used with the approval of the Engineer. When the cracks are thoroughly dry, and just prior to sealant placement, both vertical faces shall be cleaned by sandblasting with a nozzle attached to an aiming device that directs the sand blast at approximately a 45 degree angle and a maximum of two inches from the face of the crack. Each crack face shall be sandblasted individually. After sandblasting, compressed air shall be used to blow out the crack and remove all residual dust. Air compressors shall be equipped with suitable traps capable of removing all free water and oil from the compressed air and shall be capable of furnishing air with a pressure greater than 90 psi. The cracks shall be thoroughly dry before the sealant is placed. All cracks shall be sealed the same day of the final sandblasting. Cleaned cracks left open overnight ' or cracks which become contaminated before sealing shall be re -cleaned as specified above. 5-3.2b SEALANT APPLICATION. The pavement temperature shall be above 50° F at the time of installation of the sealing material. The 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 directed by the Engineer and shall be nonadhesive to the concrete or the sealant material. A direct connecting pressure type extruding device with nozzles shaped for insertion into the crack shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. Sealant shall be applied in a manner that will completely fill the crack with no gaps, entrapped air, voids, or surface -only coverage. Care shall be taken to preclude excess sealant material from the adjacent pavement surface; excess material shall be removed before it cures. The sealant shall be installed according to the manufacturer's specifications. J SP -5-2 J I I I I J IH H I I I I I I I C L SP -5-3 1 METHOD OF MEASUREMENT 5-4.1 Joint cleaning and sealing will be measured by the linear foot acceptably cleaned and sealed at the locations shown in the plans and as directed by the Engineer. Concrete crack cleaning and sealing will be measured by the linear foot acceptably cleaned and sealed at the locations shown in the plans and as directed by the Engineer. PAYMENT 5-5.1 Work completed and accepted under this item will be paid for at the contract unit price per linear foot for Joint Cleaning and Sealing in Concrete Pavement, and at the contract unit price per linear foot for Crack Cleaning and Sealing in Concrete Pavement, which price shall be full compensation for furnishing all labor, tools, equipment, materials, and incidentals necessary to complete the work. Payment will be made under: Item SP-5-5.la Joint Cleaning and Sealing in Concrete Pavement -- per linear foot Item SP-5-5.lb Crack Cleaning and Sealing in Concrete Pavement-- per linear foot END OF ITEM SP -5 El I I I I I H Li 11 Li I I H I ITEM P-306 ECONOCRETE BASE COURSE DESCRIPTION 306-1.1 This item shall consist of a base course composed of aggregate and cement uniformly blended together and mixed with water. The mixed material shall be spread, shaped, and compacted in accordance with these specifications and in conformity to the lines, grades, dimensions, and typical cross sections shown on the Plans. MATERIALS 306-2.1 AGGREGATE. The aggregate shall be stone or gravel, crushed or uncrushed. The fine aggregate shall be that naturally contained in the aggregate material or may be sand. The aggregate shall consist of hard, durable particles, free from excess flat, elongated, soft pieces, dirt, or other objectionable matter. The aggregate may also be a slag suitable for concrete. A flat particle is one having a ratio of width to thickness greater than five; an elongated particle is one having a ratio of length to width greater than five. The aggregate shall conform to the gradation shown in Table I when tested in accordance with ASTM C 136. TABLE 1. AGGREGATE - ECONOCRETE BASE COURSE Percentage by Weight Passing Sieves Sieve Size (square opening) 1-1/2" Maximum 1" Maximum 1-1/2 in (38.1 mm) 100 I in (25.4 mm) 70-95 100 3/4 in (19.0 mm) 55-85 70-100 No.4(4.75 (4.75 mm) 30-60 35-65 No. 40 (0.450 mm) 10-30 15-30 No. 200 (0.75 mm) 0-15 0-15 306-2.2 CEMENT. Cement shall conform to the requirements of ASTM C 150, Type 1. 306-2.3 WATER. Water used in mixing or curing shall be as clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product as possible. Water will be tested in accordance with the requirements of AASHTO T 26. Water known to be of potable quality may be used without testing. 306-2.4 COVER MATERIAL FOR CURING. Curing materials shall conform to the following specification: I. (a) Liquid membrane -forming compounds for curing econocrete shall conform to the requirements of ASTM C 309, Type 2, Class A (wax based). A minimum of 10% (including volatiles) shall be wax. P-306-1 I 306-2.5 ADMIXTURES. The use of any material added to the econocrete mix shall be approved by the Engineer. The Contractor shall submit certificates indicating that the material to be furnished meets all the requirements listed below. In addition, the Engineer may require the Contractor to submit complete test data showing that the material to be furnished meets all the requirements of the cited specification. I a. Pozzolanic Admixtures. Pozzolanic admixtures shall be fly ash or raw or calcined natural possolans meeting the requirements of ASTM C 618, with the exception of loss on ignition, where the maximum should be less than 6%. The maximum substitution of fly ash for cement shall be 20% by weight. b. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C 260. c. Water Reducing Admixtures. 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. The air entrainment agent and the water -reducing admixture shall be compatible. CONSTRUCTION METHODS 306-3.1 PROPORTIONING. Prior to the start of paving operations and after approval of all material to be used, the Contractor shall submit test data showing the proportions of materials used and the actual compressive strength obtained from the econocrete. Compressive strength shall be not less than 500 psi (3445 kPa) at 7 days and 750 psi (5167 kPa) at 28 days using test specimens prepared in accordance with ASTM C 192 and tested in accordance with ASTM C 39. The minimum allowable cement content shall be 200 pounds per cubic yard (119 kg/cubic meter). The maximum compressive strength at 28 days shall be 1,200 psi. Air -entraining admixture shall be added in such a manner that will ensure uniform distribution of the agent throughout the batch. The air content of freshly mixed air -entrained econocrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce a mixture of the required plasticity and workability. The percentage of air entrainment shall not be less than 4 percent or more than 9 percent. Air content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. The mix shall have a slump of I to 3 inches (25 to 75 mm) at the time of placing the econocrete. Testing shall be in accordance with ASTM C 143. 306-3.2 EQUIPMENT. Equipment and tools necessary for handling materials and performing all parts of the work shall be approved by the Engineer as to design, capacity, and mechanical condition. The equipment shall be at the job site before the start of construction operations for examination and approval. I C L I L L L Li a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C 94. ' b. Mixers. P-306-2 I I F I (1) General. Econocrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central Plant Mixer. Central plant mixers shall conform to the requirements of ASTM C 94. The mixers shall be examined daily for changes in condition due to accumulation of hard concrete or mortar ' or wear of blades. The pickup and throwover blades shall be placed when they have worn down 3/4 inch (13 mm) or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. (3) Truck mixers and truck agitators. Truck mixers used for mixing and hauling econocrete and truck agitators used for hauling central -mixed econocrete shall conform to the requirements of ASTM C 94. (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C 94. ' c. Finishing Equipment. ' (1) Finishing Machine. The finishing machine shall be equipped with one or more oscillating -type transverse screeds. ' (2) Vibrators. For side -form construction, vibrators may be either the surface pan type for pavements less than 8 inches (200 mm) thick or the internal type with either immersed tube or multiple spuds for the full width of the slab. They may be attached to the spreader or the finishing machine, or they may ' be mounted on a separate carriage. They shall not come in contact with the joint, subgrade, or side forms. The frequency of the surface vibrators shall not be less than 3,500 vibrations per minute, and the frequency of the internal type shall not be less than 7,000 vibrations per minute for spud vibrators. When spud -type internal vibrators are used adjacent to the side forms, they shall have a frequency of not less than 3,500 'vibrations per minute. For slip -form construction, the paver shall vibrate the econocrete for the full width and depth of the strip of ' pavement being placed. Vibration shall be accomplished by internal vibrators with a frequency range variable between 7,000 and 12,000 vibrations per minute. The amplitude of vibration shall be between 0.025 and 0.06 inches (0.6 mm and 1.5 mm). ' The number, spacing, frequency, and eccentric weights shall be provided as necessary to achieve an acceptable density and finishing quality. Adequate power to operate all vibrators at the weight and frequency ' required for a satisfactory finish shall be available on the paver. The internal vibrators may be supplemented by vibrating screeds operating on the surface of the econocrete. The frequency of surface vibrators shall not be less than 3,500 vibrations per minute. The Contractor shall furnish a tachometer or other suitable device ' for measuring the frequency of the vibrators. The vibrators and tamping elements shall be automatically controlled so that they shall be stopped as forward motion ceases. Any override switch shall be of the spring -loaded, momentary -contact type. d. Concrete Saw. NOT REQUIRED I P-306-3 I e. Forms. Straight side forms shall be made of steel having a thickness of not less than 7/32 inch (6 mm) and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the prescribed edge thickness of the econocrete without horizontal joint and a base width equal to the depth of the forms. Flexible or curved forms of proper radius shall be used for curves of 100 -feet (30 m) radius or less. Flexible or curved forms shall be of a design acceptable to the Engineer. Forms shall be provided with devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Flange braces shall extend outward on the base not less than two-thirds the height of the form. Forms with battered top surfaces and bent, twisted, or broken forms shall be removed from the work. Repaired forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. f. Slip -form Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the econocrete pavement, true to grade, tolerances, and cross section. It shall be of sufficient weight and power to construct the maximum specified paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal, or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices. 306-3.3 FORM SETTING. Forms shall be set sufficiently in advance of the econocrete placement to ensure continuous paving operation. After the forms have been set to correct grade, the grade shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place with not less than 3 pins for each 10 -foot (3 m) section. A pin shall be placed at each side of every joint. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/4 inch (6 mm) at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of econocrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the econocrete. When any form has been disturbed or any grade has become unstable, the form shall be reset and rechecked. 306-3.4 CONDITIONING OF UNDERLYING COURSE, SLIP -FORM CONSTRUCTION. The compacted subgrade on which the pavement will be placed shall be widened approximately 3 feet (90 cm) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the subgrade has been placed and compacted to the required density, the areas which will support the paving machine and the area to be paved shall be trimmed to the proper elevation and profile by means of a properly designed machine. The grade of the subgrade on which the econocrete pavement is to be placed shall be controlled automatically by steel guide wires erected and maintained by the Contractor. If the density of the subgrade is disturbed by the trimming operations, it shall be corrected by additional compaction before the econocrete is placed. The grading operations should be delayed as long as possible and immediately precede paving insofar as practicable, particularly if the subgrade is subjected to haul traffic. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of econocrete. The prepared grade shall be well moistened with water, without saturating, immediately ahead of econocrete placement to prevent rapid loss of moisture from the econocrete. In cold weather, the underlying course shall be protected so that it will be entirely free of frost when econocrete is placed. P-306-4 I H C L H H I I I I J I I II I I II I I I 11 I II 306-3.5 CONDITIONING OF UNDERLYING COURSE, SIDE -FORM CONSTRUCTION. The prepared grade shall be well moistened with water, without saturating, immediately ahead of econocrete placement to prevent rapid loss of moisture from the econocrete. Ruts or depressions in the subgrade caused by hauling or usage of other equipment shall be filled as they develop with suitable material and thoroughly compacted by rolling. A multi -pin template weighing not less than 1,000 pounds (450 kg) per 20 feet (6 m) or other approved template shall be provided and operated on the forms immediately in advance of the placing of the econocrete. The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying course. The adjustment and operation of the template shall be such as will provide an accurate retest of the grade before placing the econocrete thereon. All excess material shall be removed. Low areas may be filled and compacted to a condition similar to that of the surrounding grade, or filled with econocrete integral with the pavement. In cold weather, the underlying course shall be protected so that it will be entirely free from frost when the econocrete is placed. The use of chemicals to eliminate frost in the underlying material will not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and should be checked daily. The work described under the foregoing paragraphs does not constitute a regular subgrading operation, but rather a final accurate check of the underlying course. 306-3.6 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be built up in layers of not more than 3 feet (90 cm) in thickness. Each layer shall be ' completely in place before beginning the next layer and shall not be allowed to "cone" down over the next lower layer. Aggregates from different sources and of different grading shall not be stockpiled together. Improperly placed stockpiles will not be accepted by the Engineer. Aggregates shall be handled from stockpiles or other sources to the batching plant in such manner to secure the specified grading of the material. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. The fine aggregate and coarse aggregate shall be separately weighed into hoppers in the respective amounts set by the Engineer in the job mix except where a unit aggregate such as crusher run or pit run are used, in which case a single stockpile will be satisfactory. Cement shall be measured by weight. Separate scales and hopper, with a device to positively indicate the complete discharge of the batch of cement into the batch box or container, shall be used for weighing the cement. When required by the contract or when permitted, batching plants shall be equipped to proportion aggregates ' and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. The Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved ' device, to prevent loss of cement. The device shall be arranged to provide positive assurance of the actual presence in each batch of the entire cement content specified. ' When cement is placed in contact with the aggregates. batches may be rejected unless mixed within 1-1/2 hours of such contact. Batching shall be conducted so that the results in the weights of each material required will be within a tolerance of 1 percent for cement and 2 percent for aggregates. ' Water may be measured either by volume or by weight. The accuracy of measuring the water shall be within plus or minus 1 percent of required amounts. Unless the water is to be weighed, the water -measuring ' equipment shall include an auxiliary tank from which the measuring tank shall be filled. P-306-5 I. I Methods and equipment for adding air -entraining agent or other admixtures to the batch, when required, shall be approved by the Engineer. All admixtures shall be measured into the mixer with an accuracy of plus or minus 3 percent. 306-3.7 MIXING ECONOCRETE. The econocrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. Ready -mixed econocrete shall be mixed and delivered in accordance with the requirements of ASTM C 94, except that the minimum required revolutions of the mixing speed for transit mixed econocrete may be reduced to not less than that recommended by the mixer manufacturer. The number of revolutions recommended by the mixer manufacturer shall be indicated on the manufacturer's serial plate attached to the mixer. The Contractor shall furnish test data acceptable to the Engineer verifying that the make and model of the mixer will produce uniform econocrete conforming to the provisions of ASTM C 94 at the reduced number of revolutions shown on the serial plate. When mixed at the work site or in a central mix plant, the mixing time shall not be less than 50 seconds nor more than 90 seconds. Mixing time ends when the discharge chute opens. Transfer time in multiple drum mixers is included in mixing time. The contents of an individual mixer drum shall be removed before a succeeding batch is emptied therein. The mixer shall be operated at the drum speed as shown on the manufacturer's nameplate on the approved mixer. Any econocrete mixed less than the specified time shall be discarded at the Contractor's expense. The volume of econocrete mixed per bath shall not exceed the mixer's nominal capacity in cubic feet (cubic meters), as shown on the manufacturer's standard rating plate on the mixer. An overload up to 10 percent above the mixer's nominal capacity may be permitted provided test data for segregation and uniform' consistency are satisfactory, and provided no spillage of econocrete takes place. The batch shall be charged into the drum so that a portion of the mixing water shall enter in advance of the cement and aggregates. The flow of water shall be uniform, and all water shall be in the drum by the end of the first 15 seconds of the mixing period. The throat of the drum shall be kept free of such accumulations as may restrict the free flow of materials into the drum. Mixed econocrete from the central mixing plant shall be transported in truck mixers, truck agitators, or ' nonagitating trucks. The time elapsing from the time water is added to the mix until the econocrete is deposited in place at the work site shall not exceed 45 minutes when the econocrete is hauled in nonagitating trucks nor 90 minutes when the econocrete is hauled in truck mixers or truck agitators. Retempering econocrete by adding water or by other means will not be permitted, except when econocrete is delivered in transit mixers. With transit mixers, additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements, if permitted by the Engineer. All these operations must be performed within 45 minutes after the initial mixing operations, and the water -cement ratio must not be exceeded. Admixtures for increasing the workability or for accelerating the set will be permitted only when approved by the Engineer. At the option of the Contractor or when specified by the Engineer, a water -reducing admixture may be used. 11 I P-306-6 I 11 I 71 306-3.8 LIMITATIONS OF MIXING. No econocrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. Unless authorized in writing by the Engineer, mixing and econocreting operations shall be discontinued ' when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F (4 degrees C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F (2 degrees C). ' When econocreting is authorized during cold weather, the aggregates may be heated by either steam or dry heat prior to being placed in the mixer. The apparatus used shall heat the mass uniformly and shall be ' arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. Unless otherwise authorized, the temperature of the mixed econocrete shall not be less than 50 degrees F (10 degrees C) at the time of placement in the forms. If the air temperature is 35 degrees F (2 degrees C) or less at the time of placing econocrete, the Engineer may require the water and/or the aggregates to be heated to not less than 70 degrees F (20 degrees C) nor ' more than 150 degrees F (66 degrees C). Econocrete shall not be placed on frozen subgrade nor shall frozen aggregates be used in the econocrete. ' During the periods of warm weather when the maximum daily air temperature exceeds 85 degrees F (30 degrees C), the following precautions should be taken. The forms and/or the underlying material shall be sprinkled with water immediately before placing the econocrete. The econocrete shall be placed at the ' coolest temperature practicable, and in no case shall the temperature of the econocrete when placed exceed 100 degrees F (38 degrees C). The aggregates and/or mixing water shall be cooled as necessary to maintain the econocrete temperature at or not more than the specified maximum. ' 306-3.9 PLACING ECONOCRETE. a. Side -Form Method. For the side -form method, the econocrete shall be deposited on the ' moistened grade to require as little rehandling as possible. Truck mixers, truck agitators, or nonagitating hauling equipment equipped with means for discharge of econocrete without segregation of the materials, shall unload the econocrete on the grade to prevent segregation of the materials. Placing shall be continuous ' between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels --not rakes. Workers shall not be allowed to walk in the freshly mixed econocrete with boots or shoes coated with earth or foreign substances. ' b. Slip -Form Method. For the slip -form method, the econocrete shall be placed with an approved crawler -mounted, slip -form paver designed to spread, consolidate, and shape the freshly placed econocrete ' in one complete pass of the machine so that a minimum of hand finishing will be necessary to provide a pavement in conformance with requirements of the plans and specifications. Side forms and finishing screeds shall be adjustable to the extent required to produce the specified pavement edge and surface ' tolerance. The side forms shall be of dimensions, shape and strength to support the econocrete laterally for a sufficient length of time so that no appreciable edge slumping will occur. Final finishing shall be accomplished while the econocrete is still in the plastic state. I I P-306-7 I I I 306-3.10 FIELD TEST SPECIMENS. Econocrete samples shall be furnished by the Contractor and shall be taken in the field to determine the consistency, air content, and strength of the econocrete. The samples shall be taken in the presence of the Engineer, at locations determined by the Engineer. Econocrete cylinders shall be made each day that the econocrete is placed. Each group of cylinders shall be molded from the same batch of econocrete and shall consist of a sufficient number of specimens to provide two compressive strength tests at each test age. One group of specimens will be made during the first half of each shift, and the other will be made during the last portion of the shift. The specimens shall be made in accordance with ASTM C 31. However, at the start of paving operations and when the aggregate source, aggregate characteristics, or mix design is changed, additional groups of test cylinders may be required until the Engineer is satisfied that the econocrete mixture being used complies with the strength requirements of these specifications. Test ages will be 7 days and 28 days. At least one set of cylinders should be made for each 500 cubic yards (380 cubic meters) or fraction thereof of econocrete placed. I H I H Since the strength level of econocrete at an early age is considerably lower than pavement concrete, special care is required in handling test specimens. Cylinders should be field cured 48 hours prior to moving. The compressive strength of the econocrete shall meet the following requirements: (1) the average of any 4 consecutive strength tests, tested at the end of 28 days, shall have an average compressive strength equal to or greater than the specified compressive strength; (2) not more than 20 percent of the cylinders tested at the end of 28 days shall have a compressive strength less than the specified strength. Specimens which are obviously defective shall not be considered in the determination of the strength. When it appears that the test specimens will fail to conform to the requirements for strength, the Engineer shall have the right to order changes in the econocrete sufficient to increase the strength to meet these requirements. When a satisfactory relationship between 7 -day and 28 -day strengths has been established and approved, the 7 -day test results may be used as an indication of the 28 -day strengths. However, the 7 -day test results will not replace the results of the 28 -day tests if the 28 -day results fall below the requirements. Econocrete not meeting these requirements shall be replaced at the Contractor's expense. 306-3.11 JOINTS. (NOT USED). 306-3.12 FINAL STRIKE -OFF, CONSOLIDATION, AND FINISHING. a. Sequence. The sequence of operations shall be strike -off, consolidation, and finishing. b. Strike -off, Consolidation, and Finishing. The econocrete shall be placed with a slip -form paver capable of striking -off, consolidating, and finishing in one pass of the equipment. Form -paving methods may be used at the Contractor's option. c. Surface Testing and Corrections. After the econocrete base has been struck off and consolidated and while the econocrete is still plastic, it shall be tested for trueness with a 16 -foot (4.8 m) straightedge. The surface shall show no variations of more than 3/8 inch (9 mm) from a 16 -foot (4.8 m) straightedge laid in any location parallel with or at right angles to the longitudinal axis of the centerline. Any surplus material shall be removed and the surface refinished by hand. Any depressions shall be immediately filled with freshly mixed econocrete, struck off, consolidated, and refinished. P-306-8 I I H H [- fl I I I I I L I I L L L L L I L L I I I I 306-3.13 CURING. Immediately after the finishing operations have been complete and marring of the econocrete will not occur, the entire surface of the newly placed econocrete shall be cured in accordance with the method below. Failure to provide sufficient cover material, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of econocreting operations. The econocrete shall not be left exposed for more than 1/2 hour during the curing period. The following method shall be used for curing econocrete pavements. a. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the econocrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon to not more than 200 square feet. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with pigment uniformly dispersed throughout the vehicle. During application, the compound shall be stirred continuously by effective mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. Curing compound shall not be applied to the inside faces of joints to be sealed, but approved means shall be used to ensure proper curing for 72 hours. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. Prior to placing PCC Pavement, a second application at a rate of one gallon to not more than 200 square feet shall be applied as a bond breaker, sufficiently in advance of the paving operations to allow for complete drying. b. Curing in Cold Weather. When the average daily temperature is below 40 degrees F (4 degrees C), curing shall consist of covering the newly laid pavement with not less than 12 inches (300 mm) of loose, dry hay or straw, or equivalent protective curing authorized by the Engineer, which shall be retained in place for 10 days. The hay or straw shall be secured to avoid being blown away. When econocrete is being placed and the air temperature may be expected to drop below 35 degrees F (2 degrees C), a sufficient supply of straw, hay, grass, or other suitable blanketing material such as burlap or polyethylene shall be provided along the work. Any time the temperature may be expected to reach the freezing point during the day or night, the material so provided shall be spread over the pavement to a sufficient depth to prevent freezing of the econocrete. The period of time such protection shall be maintained shall not be less than 10 days. The Contractor shall be responsible for the quality and strength of the econocrete placed during cold weather, and any econocrete injured by frost action shall be removed and replaced at the Contractor's expense. 306-3.14 PROTECTION OF ECONOCRETE. The Contractor shall protect the pavement against traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and erection and maintenance of warning signs, lights, pavement bridges, or crossovers, etc. The plans or special provisions will indicate the location and type of device or facility required to protect the work and provide adequately for traffic. Any damage to the base course occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. In order that the econocrete be properly protected against the effects of rain before the econocrete is sufficiently hardened, the Contractor will be required to have available at all times materials for the protection of the edges and surfaces of the unhardened P-306-9 I econocrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic econocrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic econocrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened econocrete with the protective covering. Traffic shall not be permitted on the econocrete until a minimum compressive strength of 500 psi has been developed as determined from test specimens. 306-3.15 TOLERANCE IN THICKNESS. Econocrete will be accepted for thickness on a lot basis. A lot will consist of one day's production. One core shall be taken at random by the Engineer in each lot. When the measurement of the core from a lot is not deficient more than 0.5 inch from the plan thickness, full payment will be made. When such measurement is deficient more than 0.5 inch and not more than 1 inch from the plan thickness, two additional cores shall be taken at random and used in determining the average thickness for that lot. The thickness of the cores shall be determined by average caliper measurement of cores tested in accordance with ASTM C 174. When the average measurement of the 3 cores is not deficient more than 0.5 inch from the plan thickness, full payment will be made. If the average measurement of the three cores is deficient more than 0.5 inch from the plan thickness, the entire lot shall be removed and replaced at the Contractor's expense or be permitted to remain in place at an adjusted payment of 75 percent of the contract unit price. When the average thickness is deficient by more than 1 inch (25 mm), the entire lot shall be replaced. METHOD OF MEASUREMENT 306-4.1 The quantity to be paid for will be the number of square yards of econocrete completed and accepted as measured complete in place, less deductions as required in paragraph 3.15 for deficient thickness. BASIS OF PAYMENT 306-5.1 The accepted quantities of econocrete base course will be paid for at the contract unit price bid per square yard. This price shall be full compensation for furnishing, transporting and placing materials; for the preparation and processing of materials; for mixing, spreading, vibrating, finishing and curing; and for all labor, equipment, tools and incidentals necessary to complete the work. However, for any pavement found deficient in thickness as specified in paragraph 3.15, the reduced unit price shall be paid. Payment will be made under: L I I I C1 I I H H H I I Item P-306-5.1 6" Econocrete Base Course --per square yard ' P-306-10 [1 I TESTING REOUIREMENTS ASTM C 31 Making and Curing Concrete Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve or Screen Analysis of Fine and Course Aggregates ASTM C 143 Slump of Portland Cement Concrete ASTM C 173 Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 174 Measuring Length of Drilled Concrete Cores ASTM C 192 Making and Curing Concrete Test Specimens in the Laboratory ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REOUIREMENTS ASTM C 33 Specification for Concrete Aggregates ASTM C 94 Specification for Ready -Mixed Concrete ASTM C 150 Specification for Portland Cement ASTM C 260 Specification for Air -Entraining Admixtures for Concrete ASTM C 309 Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 494 Specification for Chemical Admixtures for Concrete ASTM C 618 Specification for Fly Ash and Raw and Calcined Natural Pozzolans for Use in Portland Cement Concrete ASTM C 977 Specification for Emulsified Asphalt END OF ITEM P-306 P-306-11 H ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT DESCRIPTION ' 501-1.1 This work shall consist of pavement composed of portland cement concrete, with or without reinforcement, constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross sections shown on the plans. MATERIALS 501.2.1 AGGREGATES. ' a. Reactivity. Aggregate shall be free of substances that are deleteriously reactive with the alkalies in the cement in an amount sufficient to cause excessive expansion of the concrete. Acceptable ' aggregate shall be based on satisfactory evidence furnished by the Contractor that the aggregate is free from such materials. This evidence shall include service records of concrete of comparable properties under similar conditions of exposure and/or certified records of tests by a testing laboratory that meets the requirements of ASTM C 1077. Tests shall be made in accordance with ASTM C 227, ASTM C 295, and ASTM C 289. Proposed test method ASTM P 214, Accelerated Detection of Potentially Deleterious Expansion of Mortar ' Bars Due to Alkali -Silica Reaction, or other tests, may be substituted for ASTM C 227 at the option of the Engineer, including test parameters. ' b. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C 33. Gradation shall meet the requirements of Table 1 when tested in accordance with ASTM C 136, except as may otherwise be qualified under Section 5 of ASTM C 33. TABLE 1. GRADATION FOR FINE AGGREGATE ASTMC33 33 1 Sieve Designation Percentage by Weight (square openings) Passing Sieves 3/8 in. (9.5 mm) 100 No.4(4.75 (4.75 mm) 95-100 No. 8 (2.36 mm) 80-100 No. 16 (1.18 mm) 50-85 No. 30 (600 micro -m) 25-60 ' No. 50 (300 micro -m) 10-30 No. 100 (150 micro -m) 2-10 ' c. Coarse Aggregate. Coarse aggregate shall conform to the requirements of ASTM C 33. Gradation, within the separated size groups, shall meet the requirements of Table 2 when tested in accordance with ASTM C 136. When the nominal maximum size of the aggregate is greater than 1 inch, the aggregates shall be furnished in two size groups. ' P-501-1 I I Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled blast furnace slag, crushed recycled concrete pavement, or a combination thereof. The aggregate shall be composed of clean, hard, uncoated particles and shall meet the requirements for deleterious substances contained in ASTM C 33, Class 4S. Dust and other coating shall be removed from the aggregates by washing. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces when tested in accordance with ASTM D 4791. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1. Prior to approval of mixture design, the Contractor shall submit written certification that the aggregate does not have a history of D -Cracking and that the aggregate is approved by a state Department of Transportation specifically addressing susceptibility to D -Cracking. If the aggregate is not approved by a state agency, the aggregates may be approved provided the aggregate is tested in accordance with ASTM C 666 and receives a durability factor of 95 percent or greater. The percentage of wear shall be no more than 40% when tested in accordance with ASTM C 131 or ASTM C 535. TABLE 2. GRADATION FOR COARSE AGGREGATE ASTM C 33 Sieve Designations (square openings) Percentage by Weight Passing Sieves Ti I I 11 L C L r in. mm 1-1/2"— 3/4" 3/4" — No. 4 1" — No. 4 2-1/2 63 --- --- --- 2 50.8 100 --- --- 1-1/2 38.1 90-100 --- 100 1 25.0 20-55 100 95-100 3/4 19.0 0-15 90-100 --- 1/2 12.5 --- --- 25-60 3/8 9.5 0-5 20-55 --- No.4 4.75 --- 0-10 0-10 , No.8 2.36 --- 0-5 0-5 501-2.2 CEMENT. Cement shall conform to the requirements of ASTM C-150 Type I. If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. 501-2.3 CEMENTITIOUS MATERIALS. a. Fly Ash. Fly ash shall meet the requirements of ASTM C 618, Class C, F, or N with the exception of loss of ignition, where the maximum shall be less than 6 percent for Class F or N. The supplementary optional chemical and physical properties of Tables lA and 2A contained in ASTM C 618 shall apply, as applicable. I I I I I P-501-2 I Fly ash may be accepted from sources that are prequalified by other agencies such as state Departments of ' Transportation, provided it meets the loss of ignition requirement of this specification and is accompanied by a certification and test data. b. Blast Furnace Slag. Ground blast furnace slag shall meet the requirements of ASTM C 989, Grade 100 or 120. 501-2.4 PREMOLDED JOINT FILLER. Premolded joint filler for expansion joints shall conform to ' the requirements of ASTM D 1752, Type 1, and shall be punched to admit the dowels where called for on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is required ' for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 501-2.5 JOINT SEALER. The joint sealer for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type(s) specified in the plans. 501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of Steel Bar Mats conforming to the requirements of ASTM A 184 or A 704. 501-2.7 DOWEL AND TIE BARS. Tie bars shall be deformed steel bars and conform to the requirements ' of ASTM A 615, ASTM A 616, or ASTM A 617. except that rail steel bars, Grade 50 or 60, shall not be used for tie bars that are to be bent or restraightened during construction. Tie bars designated as Grade 40 in ASTM A 615 can be used for construction requiring bent bars. Dowel bars shall be plain steel bars conforming to ASTM A 615, ASTM A 616 or ASTM A 617 and shall be free from burring or other deformation restricting slippage in the concrete. High strength dowel bars shall ' conform to ASTM A 714, Class 2, Type S, Grade I. II or III, Bare Finish. Before delivery to the construction site each dowel bar shall be painted on all surfaces with one coat of paint meeting Federal Specification TT - P -664. If plastic or epoxy -coated steel dowels are used no paint coating is required, except when specified for a ' particular situation on the plans. Coated dowels shall conform to the requirements of AASHTO M 254. The sleeves for dowel bars used in expansion joints shall be metal or other type of an approved design to cover 2 to 3 inches (50 mm to 75 mm) of the dowel, with a closed end and with a suitable stop to hold the end of the bar ' at least 1 inch (25 mm) from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. ' 501-2.8 WATER. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water will be tested in accordance with the requirements of AASHTO T 26. Water (mown to be of potable quality may be used without testing. 501-2.9 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifications: ' a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C 309, Type 2, Class B b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171. c. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. ' P-501-3 I Li 501-2.10 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be famished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C 260 and shall consistently entrain the air content in the specified ranges under field conditions. The air -entrainment agent and any water reducer admixture shall be compatible. b. Chemical Admixtures. Water -reducing, set retarding, and set -accelerating admixtures shall meet the requirements of ASTM C 494, including the flexural strength test. 501-2.11 EPDXY -RESIN. Epoxy -resin used to anchor dowels and tie bars in pavements shall conform to the requirements of ASTM C 881, Type I, Grade 3, Class C. Class A or B shall be used when the surface temperature of the hardened concrete is below 60 degrees F (16 degrees C). 501-2.12 MATERIAL ACCEPTANCE. Prior to use of materials, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction. The certification shall show the appropriate ASTM test(s) for each material, the test results, and a statement that the material passed or failed. I I I I I J The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. MIX DESIGN 501-3.1 PROPORTIONS. Concrete shall be designed to achieve a 28 -day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of 650 psi. The mix shall be designed using the procedures contained in Chapter 7 of the Portland Cement Association's manual, "Design and Control of Concrete Mixtures". The Contractor shall note that to ensure that the concrete actually produced will meet or exceed the acceptance criteria for the specified strength, the mix design average strength must be higher than the specified strength. The amount of overdesign necessary to meet specification requirements depends on the producer's standard deviation of flexural test results and the accuracy which that value can be estimated from historic data for the same or similar materials. The minimum cementitious material (cement plus fly ash) shall be 500 pounds per cubic yard (227 kg per cubic meter). The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.50 by weight. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural strength obtained from the concrete at 7 and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of cement, fly ash, ground slag, coarse r r I I I I I H P-501-4 I C aggregate, fine aggregate, water, and admixtures. The fineness modulus of the fine aggregate and the air content shall also be shown. The mix design shall be submitted to the Engineer at least 10 days prior to the start of operations. Production shall not begin until the mix design is approved in writing by the Engineer. I I Should a change in sources be made, or admixtures added or deleted from the mix, a new mix design must be submitted to the Engineer for approval. Flexural strength test specimens shall be prepared in accordance with ASTM C 31 and tested in accordance with ASTM C 78. The mix determined shall be workable concrete having a slump for side -form concrete between I and 2 inches (25 mm and 50 mm) as determined by ASTM C 143. For vibrated slip -form concrete, the slump shall be between 1/2 inch (13 mm) and 1 1/2 inches (38 mm). ' 501-3.2 CEMENTITIOUS MATERIALS. a. Fly Ash. Fly ash may be used in the mix design. When fly ash is used as a partial replacement for cement, the minimum cement content may be met by considering portland cement plus fly ash as the total cementitious material. The replacement rate shall be determined from laboratory trial mixes, but shall not exceed 20 percent by weight of the total cementitious material. b. Ground Slag. Ground blast -furnace slag may be used in a mix design containing Type I or Type II cement. The slag, or slag plus fly ash if both are used, may constitute between 25 to 55 percent of the total cementitious material by weight. If the concrete is to be used for slipforming operations and the air temperature is expected to be lower than 55 degrees F (13 degrees C) the percent slag shall not exceed 30 percent by weight. 501-3.3 ADMIXTURES. a. Air -Entraining. Air -entraining admixture shall be added in such a manner that will insure ' uniform distribution of the agent throughout the batch. The air content of freshly mix air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be 5.5. Air content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. b. Chemical. Water -reducing, set -controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494. ' 501-3.4 TESTING LABORATORY. The laboratory used to develop the mix design shall meet the requirements of ASTM C 1077. A certification that it meets these requirements shall be submitted to the ' Engineer prior to the start of mix design and shall contain as a minimum: a. Qualifications of personnel; laboratory manager, supervising technician, and testing ' technicians. b. A statement that the equipment used in developing the mix design is in calibration. ' c. A statement that each test specified in developing the mix design is offered in the scope of the laboratory's services. d. A copy of the laboratory's quality control system. IP-501-5 I CONSTRUCTION METHODS I 501-4.1 EQUIPMENT. The Contractor shall furnish all equipment and tools necessary for handling materials and performing all parts of the work. a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C 94. b. Mixers and Transportation Equipment. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central Plant Mixer. Central plant mixers shall conform to the requirements of ASTM C 94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 inch (19 mm) or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. (3) Truck Mixers and Truck Agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C 94. I n I I H H (4) Nonagitator Trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C 94. c. Finishing Equipment. The finishing equipment shall be of sufficient weight and power for proper finishing of the concrete. The finishing machine shall be designed and operated to strike off, screed and consolidate the concrete such that laitance on the surface is less than 1/8 -inch (3 mm) thick. d. Vibrators. Vibrator shall be either internal type with immersed tube or multiple spuds, or surface type vibrating pan or screed. For pavements 8 inches (20 cm) or more thick internal vibrators shall be used. They may be attached to the spreader or the finishing machine, or they may be mounted on a separate carriage. Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 inches (0.06-0.13 cm). For pavements less than 8 inches (20 cm) thick, vibrating surface pans or screeds shall be allowed. Operating frequencies for surface vibrators shall be between 3,000 and 6,000 vibrations per minute. The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. Hand held vibrators may be used in irregular areas. e. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. I I I I I I I H P-501-6 I n I I I f. Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the pavement thickness at the edge. Flexible or curved forms of proper radius shall be used for curves of 100 -foot (31 m) radius or less. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the Engineer. ' g. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane ' width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices. 501-4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to insure continuous paving operation. After the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base ' of the forms. Forms shall be staked into place sufficiently to maintain the form in position for the method of placement. H GI I I I I I I Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/8 inch (3 mm) at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. 501-4.3 CONDITIONING OF UNDERLYING SURFACE, SLIP -FORM CONSTRUCTION. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density, the areas which will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed. I P-501-7 n 501-4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE -FORM AND FILL-IN LANE CONSTRUCTION. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of the placing of all concrete. The template , shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily. 501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch. 501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C 94. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted, except when concrete is delivered in transit mixers. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified in the mix design is not exceeded. I 1 P-501-8 I 501-4.7 LIMITATIONS ON MIXING AND PLACING. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. a. Cold Weather. Unless authorized in writing by the Engineer, mixing and concreting ' operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F (4 degrees C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F (2 degrees C). ' The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50 degrees F (10 degrees C) at the time of placement. Concrete ' shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more ' than 150 degrees F (66 degrees C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. b. Hot Weather. During periods of hot weather when the maximum daily air temperature ' exceeds 85 degrees F (30 degrees C), the following precautions shall be taken. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 95 degrees F (35 degrees C). The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified I I H I J I H H H maximum. The finished surfaces of the newly laid pavement shall be kept damp by applying a water -fog or mist with approved spraying equipment until the pavement is covered by the curing medium. If necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf per hour as determined in accordance with Figure 2.1.5 in AC! 305R, Hot Weather Concreting, which takes into consideration relative humidity, wind velocity, and air temperature. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind screens, more effective fog sprays, and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped. 501-4.8 PLACING CONCRETE. The Contractor has the option of side (fixed) form or slip -form paving. At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet (I m). Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural strength of 550 psi based on the average of four field cured specimens per 2,000 cubic yards of concrete placed. Subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi. I P-501-9 I 1 a. Side -form Method. For the side -form method, the concrete shall be deposited on the moistened grade to require as little rehandling as possible. Unless truck mixers, truck agitators, or nonagitating hauling equipment are equipped with means for discharge of concrete without segregation of the materials, the concrete shall be placed and spread using an approved mechanical spreading device that prevents segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels --not rakes. Workers shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is centered above the joint assembly. Concrete shall be thoroughly consolidated against and along the faces of all forms and previously placed concrete and along the full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 20 seconds in any one location, nor shall the vibrators be used to move the concrete. b. Slip -form Method. For the slip -form method, the concrete shall be placed with an approved crawler -mounted, slip -form paver designed to spread, consolidate and shape the freshly placed concrete in one complete pass of the machine so that a minimum of hand finishing will be necessary to provide a dense and homogeneous pavement in conformance with requirements of the plans and specifications. The concrete shall be placed directly on top of the joint assemblies to prevent them from moving when the paver moves over them. Side forms and finishing screeds shall be adjustable to the extent required to produce the specified pavement edge and surface tolerance. The side forms shall be of dimensions, shape, and strength to support the concrete laterally for a sufficient length of time so that no edge slumping exceeds the requirements of paragraph 501-5.2e(5). Final finishing shall be accomplished while the concrete is still in the plastic state. In the event that slumping or sloughing occurs behind the paver or if there are any other structural or surface defects which, in the opinion of the Engineer, cannot be corrected within permissible tolerances, paving operations shall be immediately stopped until proper adjustment of the equipment or procedures have been made. In the event that satisfactory procedures and pavement are not achieved after not more than 2,000 lineal feet (600 m) of single lane paving, the Contractor shall complete the balance of the work with the use of standard metal forms and the formed method of placing and curing. Any concrete not corrected to permissible tolerances shall be removed and replaced at the Contractor's expense. 501-4.9 STRIKE -OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the placing of the concrete, it shall be struck off to conform to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. I Li [I I I H I I I C I I I P-501-10 J I Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may ' adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire - brushed test specimen are not less than the applicable ASTM specification requirements. ' 501-4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/2 inch (13 mm) from their designated position and shall be true to line with not more than 1/4 -inch (6 mm) variation in 10 feet (3 m). The surface across the joints shall be tested with a Contractor furnished 10 -foot (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. ' a. Construction. Longitudinal construction joints shall be slip -formed or formed against side forms with or without keyways, as shown in the plans. ' Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be ' located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. ' b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the ' concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least '1/8 inch (3 mm) wide and to the depth shown on the plans. c. Expansion. Expansion joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A cap shall be provided to protect the top edge of the filler ' and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall be removed ' for the full width and depth of the joint. d. Keyways. Keyways shall not be used. ' e. Tie Bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they may be bent against the form at longitudinal ' construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased, or enclosed in sleeves. When slip -form operations call for tie bars, two-piece hook bolts ' P-501-11 I can be installed in the female side of the keyed joint provided the installation is made without distorting the keyed dimensions or causing edge slump. If a bent tie bar installation is used, the tie bars shall be inserted through the keyway liner only on the female side of the joint. In no case shall a bent tie bar installation for male keyways be permitted. f. Dowel Bars. Dowel bars or other load -transfer units of an approved type shall be placed across joints in the manner as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. A metal, or other type, dowel expansion cap or sleeve shall be furnished for each dowel bar used with expansion joints. These caps shall be substantial enough to prevent collapse and shall be placed on the ends of the dowels as shown on the plans. The caps or sleeves shall fit the dowel bar tightly and the closed end shall be watertight. The portion of each dowel painted with rust preventative paint, as required under paragraph 501- 2.7, shall be thoroughly coated with asphalt MC -70, or an approved lubricant, to prevent the concrete from bonding to that portion of the dowel. If free -sliding plastic -coated or epoxy -coated steel dowels are used, a lubrication bond breaker shall be used except when approved pullout tests indicate it is not necessary. Where butt -type joints with dowels are designated, the exposed end of the dowel shall be oiled. Dowel bars at contraction joints may be placed in the full thickness of pavement by a mechanical device approved by the Engineer. The device shall be capable of installing dowel bars within the maximum permissible alignment tolerances. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. g. Installation of Joint Devices. All joint devices shall be approved by the Engineer. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means to the maximum permissible tolerances during the placing and finishing of the concrete. Where premolded joint material is used, it shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerances on dowel bar alignment shall be in accordance with paragraph 501-5.2e(6). During the concrete placement operation, it is advisable to place plastic concrete directly on dowel assemblies immediately prior to passage of the paver to help maintain dowel position and alignment within maximum permissible tolerances. When concrete is placed using slip -form pavers, dowels and tie bars shall be placed in longitudinal construction joints by bonding the dowels or tie bars into holes drilled into the hardened concrete. Holes approximately 1/8 -inch to 1/4 -inch (3 to 6 mm) greater in diameter than the dowel or tie bar shall be drilled with rotary -type core drills that must be held securely in place to drill perpendicularly into the vertical face of the pavement slab. Rotary -type percussion drills may be used provided that spalling of concrete does not occur. Any damage of the concrete shall be repaired by the Contractor in a method approved by the Engineer. Dowels or tie bars shall be bonded in the drilled holes using an epoxy resin material. Installation procedures shall be adequate to insure that the area around dowels is completely filled with epoxy grout. Epoxy shall be injected into the back of the hole and displaced by the insertion of the dowel bar. Bars shall be completely inserted into the hole and shall not be withdrawn and reinserted creating air pockets in the ' epoxy around the bar. The Contractor shall furnish a template for checking the position and alignment of the dowels. Dowel bars shall not be less than 10 inches (25 cm) from a transverse joint and shall not interfere with dowels in the transverse direction. 1 P-501-12 C h. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be as described in paragraph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. The top portion of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or ' tearing and before uncontrolled shrinkage cracking of the pavement occurs. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing, consecutively in sequence of the concrete placement. ' 501-4.11 FINAL STRIKE -OFF, CONSOLIDATION, AND FINISHING. ' a. Sequence. The sequence of operations shall be the strike -off, floating and removal of laitance, straight edging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations will not be permitted. ' b. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load -transfer devices, joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in paragraph 501-4.8a. After the concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing ' machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches (20 cm) from the joint. Segregated concrete shall be removed from the front of and off the joint; and the forward motion of ' the finishing machine shallbe resumed. Thereafter, the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete immediately between the joint and the screed or on top of the joint. ' c. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by a finishing machine. The machine shall go over each area as many times and at such ' intervals as necessary to give to proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms are used, the tops of the forms shall be kept clean by an effective device attached to the machine, and the travel of the machine on the forms shall be maintained true without lift, wobbling, or other variation tending to affect the precision finish. During the ' first pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which the work is progressing, and so ' manipulated that neither end is raised from the side forms during the striking -off process. If necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas. ' d. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: in the event of breakdown of the mechanical equipment, hand methods may be used to finish the t concrete already deposited on the grade; in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. I I P-501-13 I The screed for the surface shall be a least 2 feet (0.6 m) longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of suitable vibrators. C I e. Floating. After the concrete has been struck off and consolidated, it shall be further smoothed and trued by means of a longitudinal float using one of the following methods: (1) Hand Method. Long -handled floats shall not be less than 12 feet (3.6 m) in length and 6 inches (15 cm) in width, stiffened to prevent flexibility and warping. The float shall be operated from foot bridges spanning but not touching the concrete or from the edge of the pavement. Floating shall pass gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive advances of not more than one-half the length of the float. Any excess water or laitance in excess of 1/8 -inch (3 mm) thick shall be removed and wasted. (2) Mechanical Method. The Contractor may use a machine composed of a cutting and smoothing float(s), suspended from and guided by a rigid frame and constantly in contact with, the side forms or underlying surface. If necessary, long -handled floats having blades not less than 5 feet (1.5 m) in length and 6 inches (15 cm) in width may be used to smooth and fill in open -textured areas in the pavement. When the crown of the pavement will not permit the use of the mechanical float, the surface shall be floated transversely by means of a long -handled float. Care shall be taken not to work the crown out of the pavement during the operation. After floating, any excess water and laitance in excess of 1/8 -inch (3 mm) thick shall be removed and wasted. Successive drags shall be lapped one-half the length of the blade. f. Straight -edge Testing and Surface Correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 16 -foot (4.8 m) straightedge swung from handles 3 feet (1 m) longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8 -inch (3 mm) thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5.2e(3). Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long -handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. 501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with a broom. The brush or broom finish shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. 501-4.13 SKID RESISTANT SURFACES. A skid resistant surface shall not be required. I I Li I I I I L u I H I P-501-14 I H 501-4.14 CURING. Immediately after finishing operations are completed and marring of the concrete ' will not occur, the entire surface of the newly placed concrete shall be cured in accordance with the method described below. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 ' hour during the curing period. a. Impervious Membrane Method. The entire surface of the pavement shall be sprayed ' uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon (4 liters) to not ' more than 150 square feet (14 square meters). The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed through the vehicle. During application the compound shall be stirred ' continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause, including ' sawing operations, wtihin the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. ' b. Curing in Cold Weather. The concrete shall be maintained at a temperature of at least 50 degrees F (10 degrees C) for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time. The Contractor shall be responsible for the quality and strength of the ' concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. H I H P1 P1 H I 501-4.15 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in paragraph 501-4.14. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f). 501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-605. 501-4.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include workers to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. The Contractor shall have available at all times, materials for the protection of the edges and surface of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. I P-501-15 I 501-4.18 OPENING TO TRAFFIC. The pavement shall not be opened to traffic until test specimens , molded and cured in accordance with ASTM C 31 have attained a flexural strength of 550 pounds per square inch (3792 kPa) when tested in accordance with ASTM C 78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening to traffic, the pavement shall be cleaned. MATERIAL ACCEPTANCE 501-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing, with the exception of coring for thickness determination, necessary to determine conformance with the requirements specified in this section will be performed by the Engineer. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of one day's production. Testing organizations performing these tests shall meet the requirements of ASTM C 1077. The Contractor ' shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.la(3), and coring and filling operations, per paragraph 501-5.lb( 1). a. Flexural Strength. (1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be taken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. The concrete shall be sampled in accordance with ASTM C 172. (2) Testing. Two (2) specimens shall be made from each sample. Specimens shall be made in accordance with ASTM C 31 and the flexural strength of each specimen shall be determined in accordance with ASTM C 78. The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. (3) Curing. The Contractor shall provide adequate facilities for the initial curing of beams. During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60 to 80 degrees F (16 to 27 degrees C), and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordance with paragraph 501-5.2b. b. Pavement Thickness. (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. Areas, such as thickened edges, with planned variable thickness, shall be excluded from sample locations. •i P-501-16 ' Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a non -shrink grout approved by the Engineer within one day after sampling. (2) Testing. The thickness of the cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C 174. (3) Acceptance. Acceptance of pavement for thickness shall be determined by the Engineer in accordance with paragraph 501-5.2c. c. Partial Lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, i.e., n=5 or n=6. d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion) in accordance with ASTM E 178, at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. 501-5.2 ACCEPTANCE CRITERIA. Ia. General. Acceptance will be based on the following characteristics of the completed pavement: I I I I (1) Flexural strength (2) Thickness (3) Smoothness (4) Grade (5) Edge slump (6) Dowel bar alignment Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating percentage of material within specification limits (PWL). Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L). Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph 501- 5.2e(l). Acceptance for thickness will be based on the criteria contained in paragraph 501-5.2e(2). Acceptance for smoothness will be based on the criteria contained in paragraph 501-5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4). ' The Engineer may at any time, not withstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, ' segregation, or improper slump. Such rejection may be based on only visual inspection. 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 it can be demonstrated 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. 1l P-501-17 I b. Flexural Strength. Acceptance of each lot of in -place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. c. Pavement Thickness. Acceptance of each lot of in -place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of Material Within Limits (PWL). The percentage of material within limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for flexural strength and thickness shall be: Lower Specification Tolerance Limit (L) ' Flexural Strength 0.93 x strength specified in paragraph 501-3.1 Thickness Lot Plan Thickness in inches - 0.50 inches e. Acceptance Criteria. (1) Flexural Strength. If the PWL of the lot equals or exceeds 90 percent, the lot shall be ' acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (2) Thickness. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (3) Smoothness. As soon as the concrete has hardened sufficiently, the pavement surface shall be tested with a 16 -foot (5 m) straightedge or other specified device. Surface smoothness deviations shall not exceed 1/4 inch (6 mm) from a 16 -foot (5 m) straightedge placed in any direction, including placement along and spanning any pavement joint edge. Areas in a slab showing high spots of more than 1/4 inch (6 mm) but not exceeding 1/2 inch (13 mm) in 16 feet (5 m) shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4 inch (6 mm) or less. Where the departure from correct cross section exceeds 1/2 inch (13 mm), the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. Lateral Deviation. Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot (30 mm) in any lane. Vertical Deviation. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot (12 mm) at any point. 1 P-501-18 C (5) Edge Slump. When slip -form paving is used, not more than 15 percent of the total free ' edge of each 500 foot (150 m) segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 -inch (6 mm), and none of the free edge of the pavement shall have an edge slump exceeding 3/8 -inch (10 mm). (The total free edge of 500 feet (150 m) of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; i.e., 500 feet ' (150 m) of paving lane originally constructed as a separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane will have no free edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches (457 mm) from the ' edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. (6) Dowel Bar Alignment. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent or 1/4 inch per foot (20 mm per meter) of a dowel bar. ' f. Removal and Replacement of Concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged ' dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. CONTRACTOR QUALITY CONTROL 501-6.1 QUALITY CONTROL PROGRAM. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements which effect the quality of the pavement including but not limited to: a. Mix Design e. Proportioning i. Dowel Placement and Alignment b. Aggregate Gradation f. Mixing and Transportation j. Flexural or Compressive Strength c. Quality of Materials g. Placing and Consolidation k. Finishing and Curing d. Stockpile Management Ii. Joints 1. Surface Smoothness ' 501-6.2 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for ' aggregate gradation, aggregate moisture content, slump, and air content. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. Ia. Fine Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM ' C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 70 or ASTM C 566. 1 I P-501-19 Li b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 566. c. Slump. Four slump tests shall be performed for each lot of material produced in accordance with the lot size defined in Section 501-5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. d. Air Content. Four air content tests shall be performed for each lot of material produced in accordance with the lot size defined in Section 501-5.1. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the plant site. Material samples shall be taken in accordance with ASTM C 172. 501-6.3 CONTROL CHARTS. The Contractor shall maintain linear control charts for fine and course ' aggregate gradation, slump, and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all times. 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, or Specification 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 potential problem and the Contractor is not taking satisfactory corrective action, the Engineer may halt production or acceptance of the material. a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in Tables I and 2 shall be superimposed on the Control Chart for job control. b. Slump and Air Content. The Contractor shall maintain linear control charts both for individual measurements and range (i.e. difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. CONTROL CHART LIMITS ' Based on Sample Size n=4 Control Parameter Individual Measurements Range Suspension Limit Action Limit Suspension Limit ' Slump +1- 1 inch (25 mm) +1- 1.5 inch (38 mm) +1- 2.4 inch (61 mm) Air Content +/- 1.2 percent +/- 1.8 percent +/- 2.8 percent The individual measurement control charts shall use the mix design target values as indicators of central tendency. P-501-20 ' IJ 501-6.4 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 Quality Control Plan shall detail what action will be taken to bring the process into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and Coarse Aggregate Gradation. When two consecutive averages of five tests are outside of the Tables I or 2 specification limits, immediate steps, including a halt to production, shall be taken to correct the grading. b. Fine and Coarse Aggregate Moisture Content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5 percent, the scale settings for the aggregate hatcher(s) and water hatcher shall be adjusted. IC. Slump. The Contractor shall halt production and make appropriate adjustments whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range; or ' (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air Content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range; or (2) two points in a row fall outside the Action Limit line for individual measurements. Whenever a point falls outside the Action Limits line, the air -entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. METHOD OF MEASUREMENT ' 501-7.1 Portland cement concrete pavement shall be measured by the number of square yards of either plain or reinforced pavement as specified in -place, completed and accepted. BASIS OF PAYMENT ' 501-8.1 PAYMENT. Payment for accepted concrete pavement shall be made at the contract unit price per square yard adjusted in accordance with paragraph 501-8.1a, subject to the limitation that: ' The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work (See Note 2 under Table 3). Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings. [I I P-501-21 L a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 3. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100 percent . TABLE 3. PRICE ADJUSTMENT SCHEDULE' Percentage of Material Within Specification Limits (PWL) Lot Pay Factor (Percent of Contract Unit Price) 96-100 106 90-95 PWL+10 75-90 0.5PWL + 55 55_74 1.4PWL — 12 Below 55 Reject Z 'ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR OF 106 PERCENT FOR EACH LOT, ACTUAL PAYMENT IN EXCESS OF 100 PERCENT SHALL BE SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION SPECIFIED IN PARAGRAPH 501-8.1. Z The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price AND THE TOTAL PROJECT PAYMENT LIMITATION SHALL BE REDUCED BY THE AMOUNT WITHHELD FOR THE REJECTED LOT. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100 percent for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100 percent. b. Payment. Payment shall be made under: Item P-501-8.1 14" Portland Cement Concrete Pavement per square yard TESTING REQUIREMENTS ASTM C 31 Making and Curing Concrete Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens I I I I.] C I 1J I I I I I H I I ASTM C 70 Surface Moisture in Fine Aggregate ' ASTM C 78 Test for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) C P-501-22 I I I I I I C L C H I J ASTM C 131 Test for Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Test for Slump of Portland Cement Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 174 Measuring Length of Drilled Concrete Cores ASTM C 227 Potential Alkali Reactivity of Cement -Aggregate Combinations (Mortar -Bar Method) ASTM C 231 Test for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 289 Potential Reactivity of Aggregates (Chemical Method) ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM C 311 Sampling and Testing Fly Ash for Use as an Admixture in Portland Cement Concrete ASTM C 535 Test for Resistance to Abrasion of Large Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 566 Total Moisture Content of Aggregates by Drying ASTM C 1077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction And Criteria for Laboratory Evaluation ASTM D 3665 Random Sampling of Construction Materials ASTM D 4791 Test Method for Flat or Elongated Particles in Coarse Aggregate AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ' ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ' ASTM A 185 Specification for Welded Steel Wire Fabric for Concrete Reinforcement ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete Pavement ' ASTM A 615 Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement I P-501-23 I ASTM A 616 Specification for Rail -Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A 617 Specification for Axle -Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A 704 Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A 714 Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe ASTM C 33 Specification for Concrete Aggregates I ASTM C 94 Specification for Ready -Mixed Concrete ASTM C 150 Specification for Portland Cement ASTM C 171 Specification for Sheet Materials for Curing Concrete ASTM C 260 Specification for Air -Entraining Admixtures for Concrete ASTM C 309 Specification for Liquid Membrane -Forming Compounds ASTM C 494 Specification for Chemical Admixtures for Concrete ASTM C 595 Specification for Blended Hydraulic Cements ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM C 881 Specification for Epoxy -Resin -Base Bonding System for Concrete ASTM C 989 Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving And Structural Construction I L r H I AASHTO M 254 Specification for Coated Dowel Bars I ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting TT -P-644 (Rev. D) Federal Specification for Primer Coating, Alkyd, Corrosion -Inhibiting, Lead and Chromate Free, VOC-Compliant END OF ITEM P-501 I H I L P-501-24 LI I I H ITEM P-605 JOINT SEALING FILLER DESCRIPTION ' 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints and cracks in pavements. H I I I MATERIALS 605-2.1 SILICONE JOINT SEALANTS. Silicone joint sealants (non-acid curing) shall meet the requirements of Table I below. Test Method Test Requirements Flow self leveling Skin -over Time (1) 120 minutes (Max.) Cure Time (2) 21 days (Max.) ASTM D 412-C Modulus at 150% Elongation 30 p.s.i. (Max.) (3) ASTM D 412-C Elongation (3) 800% (Min.) Adhesion to Concrete 600% ' (Minimum percent Elongation) (3) ASTM C 719 Movement (3) ± 50% ' (1) Tested at 77°F ± 3° and 50% ± 5% humidity. (2) Cured at 77°F ± 3° and 50% ± 5% humidity. (3) Cured for 21 days at 77°F ± 3° and 50% ± 5% humidity. ' Each lot or batch of silicone sealing compound shall be delivered to the job site in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, shelf life, mixing instructions, and storage instructions and shall be accompanied by the ' manufacturer's certification stating that the compound meets the requirements of this specification. 605-2.2 BACKER ROD. Backer rod for use with the silicone sealant shall be a non -moisture ' absorbing resilient material. The rod shall be compatible with the sealant and no bond or reaction shall occur between the rod and the sealant. ' 605-2.3 STORAGE FACILITIES. Storage facilities shall be provided by the Contractor at the jobsite for protecting the joint seal from inclement weather and maintaining materials at temperatures recommended by the manufacturer. n I P-605-1 I CONSTRUCTION METHODS 605-3.1 GENERAL. Prior to beginning the sealing operation, the Contractor shall have the sealant supplier demonstrate, to the satisfaction of the Engineer, the cleaning and installation procedures for the joint sealant to be installed on the project. 605-3.2 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 50°F (10°C) before installation of the silicone joint sealing material. 605-3.3 PREPARATION OF JOINTS. A. Silicone Joint Sealant. Immediately after saw cutting is complete the resulting cement slurry shall be completely removed from the joint by water washing (less than 100 psi pressure). After the joint is sufficiently dried, the joint shall be sandblasted. One pass along each reservoir face is required. After sandblasting the joint shall be blown out with compressed air. When the surfaces are clean and dry, and just prior to placement of the sealant, compressed air shall be used to blow out the joint and remove all residual dust. Air compressors shall be equipped with suitable traps capable of removing all free water and oil from the compressed air and shall be capable of furnishing air with a pressure greater than 90 psi. B. Resealing Joints. Prior to resealing joints, the existing joint material shall be removed to the depth as shown on the Plans. If joint sealer other than that originally used is specified, all existing joint sealer shall be removed. 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. Any irregularity in the joint face which would prevent uniform contact between the joint seal and the joint face shall be corrected prior to installation of the joint seal. A. Silicone Joint Sealant. A backer rod or bond breaker shall be installed as shown on the Plans, prior to placement of the joint sealer. The backing material shall be placed as shown on the Plans and shall be non -adhesive to the concrete or the sealant material. The self -leveling sealant shall be applied in a continuous operation, by means of approved 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. Sealant which does not bond to the concrete surface of the joint walls, contains voids, or fails to set up 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 and application of an adequate amount of the sealant that will demonstrate, to the satisfaction of the Engineer, the installation of the sealant. B. Seals which are not completely bonded to the vertical surfaces of the joint walls, or develop cohesive failures within the seal, will be rejected. Seals which are rejected shall be removed from the joint, wasted, and replaced in a manner satisfactory to the Owner at no additional cost to the Owner. P-605-2 , r 11 I I I jI I U H I I I I I I I MEASUREMENT AND PAYMENT 605-4.1 Joint sealing material will not be measured for separate payment, but shall be considered subsidiary to the bid items under P-501 or SP -5. END OF ITEM P-605 I P-605-3 I ' ITEM P.620 RUNWAY AND TAXIWAY PAINTING ' DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. ' MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for ' material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be Waterborne, Epoxy, Methacrylate, or Solvent -base in accordance with the requirements of paragraph 620-2.2 a., b., c., or d. Paint shall be furnished in Yellow -33538 or 33655 in accordance with Federal Standard No 595. ' a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT -P - 1952D Type II. ' b. EPDXY. Paint shall be a two component, minimum 99 percent solids type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: ' Titanium Dioxide, ASTM D 476, type II shall be 18 percent minimum (16.5 percent minimum at 100 percent purity). ' (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type II shall be 14 to 17 percent. Organic yellow, other colors, and tinting as required to ' meet color standard. Epoxy resin shall be 75 to 79 percent. (2) Epoxy Content. Component A. The weight per epoxy equivalent, when ' tested in accordance with ASTM D 1652 shall be the manufacturer's target plus or minus 50. (3) Amine Number. Component B. When tested in accordance with ASTM D ' 2074 shall be the manufacturer's target plus or minus 50. (4) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen, as defined in 29 CFR 1910.1200. II I P-620-1 I (5) Daylight Directional Reflectance: ' (a) White: The daylight directional reflectance of the white paint shall not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141, Method 6121. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 38 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (6) Accelerated Weathering. ' (a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 inch (0.33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Federal Test Method Standard No. 141, Method 2013. Air dry the sample 48 hours under standard conditions. (b) Testing Conditions. Test in accordance with ASTM G 53 using both Ultra Violet (UV -B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 degrees C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2b(5) above. Evaluate for conformance with the color requirements. (7) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (8) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test ' Method Standard No. 141. The wet film thickness shall be 0.015 inch (0.12 mm). The minimum opacity for white and colors shall be 0.92. (9) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2b(6) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 inch (18.97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: five liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint films. (10) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. L P-620-2 1 Li I I I I I I c. METHACRYLATE. Paint shall be a two component, minimum 99 percent solids -type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Methacrylate resin shall be 18 percent minimum. (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. Methacrylate resin shall be 18 percent minimum. (2) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium. halogenated solvents, nor any carcinogen, as defined in 29 CFR 1910.1200. (3) Daylight Directional Reflectance: I. (a) White: The daylight directional reflectance of the white paint shall not be less than 80 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141, Method 6121. ' (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 55 percent (relative to magnesium oxide), when tested in accordance with ' Federal Test Method Standard No. 141. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: Ix .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 I I (4) Accelerated Weathering. (a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 inch (0.33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Method 2013 of Federal Test Method Standard No. 141. Air dry the sample 48 hours under standard conditions. (b) Testing Conditions. Test in accordance with ASTM G 53 using both Ultra Violet (UV -B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 degrees C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2c(3) above. Evaluate for conformance with the color requirements. Ii P-620-3 I (5) Volatile Organic Content. Determine the volatile organic content in ' accordance with 40 CFR Part 60 Appendix A, Method 24. (6) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141. The wet film thickness shall be 0.015 inch (0.12 mm). The minimum opacity for white and colors shall be 0.92. (7) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2c(4) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 inch (18.97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: five liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint films. (8) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. d. SOLVENT -BASE. Paint shall meet the requirements of Federal Specification A -A - 2886A Type II. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements of Fed. Spec. TT -B-1325, Type I --gradation A, or Type III. Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. CONSTRUCTION METHODS ' 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 degrees F (7 degrees C) and rising and the pavement surface temperature is at least 5 degrees F (2.7 degrees C) above the dew point Paint- ing operations shall be discontinued when the surface temperature exceeds the manufacturer's recommended maximum temperature. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead and/or silica sand dispensing 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 apply markings of uniform cross sections and clear-cut edges without running or spattering and without over spray. 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 that 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. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials. 1 P-620-4 1 I I I I CI I L r C1 I I I I 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. 620-3.5 APPLICATION. Paint 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 has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m) and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inches (910 mm) or less +1- 1/2 inch (12 mm) greater m) than 36 inches to 6 feet (910 mm to 1.85 +1- 1 inch (25 mm) greater than 6 feet to 60 feet (1.85 m to 18.3 m) +/- 2 inches (51 mm) greater than 60 feet (18.3 m) +1- 3 inches (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted. A period of 30 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. APPLICATION RATES FOR PAINT. GLASS BEADS, AND SILICA SAND FOR TABLE 1 Paint Glass Beads, Type I, Glass Beads. Silica Sand Square feet per gallon, Gradation A Type III Pounds per gallon 1t2/gal Pounds per gallon of Pounds per gallon of of paint—lbJgal. (Square meters per paint—lb./gal. paint—lb./gal. (Kilograms per liter Paint Type liter, m2/1) (Kilograms per liter (Kilograms per liter of paint—kg/I of paint—kg/1) of paint--kg/I Waterborne 115 ft /gal. maximum 7 Ib./gal. minimum 12 Ib./gal. minimum 4 lb./gal. minimum (2.8 m2/I) (0.85 kg/1) (1.45 kg/I) (0.5 kgfl) Solvent Base 115 ft2/gal. maximum 7 Ib./gal. minimum 12 Ib./gal. minimum 4 Ib./gal. minimum (2.8 m2/1) (0.85 kg/I) (1.45 kg/1) (0.5 kg/1) Epoxy 90 ft2/gal. maximum 15 lb./gal. minimum 24 lb./gal. minimum 8 lb./gal. minimum (2.2 m2/1) (1.8 kg/I) (2.9 kg/1) (1.0 kgfl) Methacrylate 45 ft2/gal. maximum 15 lb./gal. minimum 24 Ib./gal. minimum 8 lb./gal. minimum (1.1 m2/1) (1.8 kg/I) (2.9 kg/I) (1.0 kg/1) Ii P-620-5 I Glass beads shall be distributed upon the marked areas immediately after application of the paint. , A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass beads shall not be applied to black paint. Silica sand shall not be used. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. 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 excess moisture and/or rain and 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 the number of square feet of painting performed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT ' 620-5.1 Payment shall be made at the respective contract price per square foot for runway and taxiway painting. This price shall be full compensation for furnishing all materials, including glass beads, and for all labor, equipment, tools, and incidentals necessary to complete the item. ' Payment will be made under: Item P-620-5.1 Runway and Taxiway Painting - per square foot I I I I I I P-620-6 TESTING REQUIREMENTS ASTM C-146 Chemical Analysis of Glass Sand ASTM C 371 Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM D 711 No -Pick -Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D 2240 Test Method for Rubber Products-Durometer Hardness ASTM G 53 Operating Light and Water -Exposure Apparatus (Florescent UV - Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Standard No. 141 Inspection, Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Titanium Dioxide Pigments Code of Federal Regulations 40 CFR Part 60, Appendix A 29 CFR Part 1910.1200 Fed. Spec. TT -B-1325 Beads (Glass Spheres) Retroreflective Fed. Spec. TT -P -1952D Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description (CID) A -A -2886A Paint, Traffic, Solvent Based Federal Standard 595 Colors used in Government Procurement END OF ITEM P-620 P-620-7 r I Li I I I I I I H H I Irk H I Ii I r: I. ry`r. June 17, 1999 PAVEMENT SPECIALISTS INCORPORATED Brock Hoskins, P.E. Vice President/General Manager Garver Engineers 3810 Front Street, Ste 10 Fayetteville AR 72703 RE: AIP #3-05-0020-27-99 Terminal Apron Rehabilitation Fayetteville Municipal Airport AR Dear Mr. Hoskins: Mailing Address: RO. Box 2030. Roanoke. Texas 76262-4030 Shipping Address: 265 Marshall Creek Rd_ Roanoke. TX 76262 Tel. 181 71 491-9665 Fax 18171 491-9777 scortwb®pavemenr specialisr.com Thank you for your letter of June 10, 1999, and the Contract documents which were enclosed. We have executed all six (6) copies of the Contract, along with Change Order No. 1 and are returning same to you, along with the requested Certificates of Insurance. Also, we have enclosed a copy of the proposed subcontractors (DBE) as requested. If additional information is needed, please let us know. W/aw Enclosures (Mrs)Albertine Whitaker Vice President/Admin. I accRo_ CERTIFICATE OF LIABILITY INSURANCECSR In DATE MMVOYY) PAVEM-1 I 05/27/99 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Dawson & Eirons Ins Agcy Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 345 Williams Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Huron OH 44839 Phone:419-433-2000 Fax:419-433-7488 INSURERS AFFORDING COVERAGE INSURED INSURER A: St. Paul Fire & Marine Ins. Co INSURER B: Pavement Specialists Incorporated P 0 Box 2030 Roanoke TX 76262 INSURER C: INSURER D: I INSURER a IeTe19�:T:.TH:K I I I I I I I I I I I I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN LTR TYPE OF INSURANCE POLICY NUMBER POLICY tI-k- DATE MAD DATE M� LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A X COMMERCIAL GENERALLIABILITY 1MP30135470201 04/01/99 04/01/00 FIREDAMAGE(Anyonefn) $ 300,000 CLAIMS MADE ® OCCUR MED EXP (My one p non) S 10, 000 PERSONALSADVINJURY $1,000,000 Per Project Agg. GENERAL AGGREGATE $ 2 ,000 ,000 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP ADD $ 1,000,000 LOC POLICY E7&_I____________________________________________ A AUTOMOBILE LIABILITY ANY AUTO 1MP30135470201 - 04/01/99 04/01/00 COMBINED SINGLE LIMIT (Ea ecciderlt) $ 1,DDO,OOD • X ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per eaidenq f X PROPERTY DAMAGE (Per accident) S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT f OTHER THAN EAACC AUTO ONLY: AGO $ ANY AUTO $ EXCESS LIABILITY EACH OCCURRENCE S 5,000,000 A IccCUR I 1HP30135470201 04/01/99 04/01/00 X AGGREGATE $5,000,000 $ $ DEDUCTIBLE S RETENTION $ WORKERS COMPENSATION AND EMPLOYERS UABIUTy TORY UMRS I ER E.L EACH ACCIDENT $ EL DISEASE - EA EMPLOYE $ EL DISEASE- POLICY UMR $ OTHER A Owners & Contracto 1MP30135470201 04/01/99 04/01/00 $1,000,000 Protective DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Project: Terminal Apron Rehabilitation AIP 3-05-0020-26-99 Certificate provides Third Party coverage to the City of Fayetteville & Garver Engineers - UtK I IFICATE HOLDER IN I ADDITIONAL INSURED, INSURER LETTER: _ FAYET-3 City of Fayetteville Fayetteville Municipal Airport Fayetteville AR 72701 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR REPRESENTATIVES. ACORD CORPORATION 1988 TI I INSURANCE COVERAGE LISTING I ' 1. Public Liability - Premium $36,903 ' 2. Property Damage and Vehicle Liability - $125,532 I ' Third Party Coverage - Owners & Contractors Protective Liability $500 additional premium n I n I I 1 1 1 1 Certificate of Insurance AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. This Is to Certify that — I PAVEMENT SPECIALISTS INCORPORATED Name and 15238 COUNTY ROAD M1 4- address of LIB RTY P0 BOX 349 Insured. MUTUAL. NAPOLEON, OH 43545-0349 Iat the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is ubject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with esoect to which this certificate may be issued. TYPE OF POLICY EXP. DATE POLICY NUMBER LIMIT OF LIABILITY WORKERS COMPENSATION ❑ CONTINUOUS ❑ EXTENDED POLICY TERM 04/01/2000 WC7-181-022871-029 COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES: All Monopolistic State Fund EMPLOYERS LIABILITY Bodily Injury By Accident $500,000 Each States Except Accident Bodily Injury By Disease States & AK $500,000' Policy Umit Bodily Injury By Disease $500,000Each GENERAL LIABILITY General Aoareaate - Other than Products/ omDleted Operations Products/Completed Operations Aggregate DOCCURRENCE Bodily Injury and Property Damage Liability ❑CLAIMS MADE Per Occurrence Personal Injury RETRO DATE Per Person/ Organization Other Other AUTOMOBILE Each Accident - Single LIABILITY limit ❑ OWNED B.I. and P.D. Combined Each Person ❑ NON -OWNED Each Accident or ❑ HIRED Each Accident or Occurrence THER DITIONAL COMMENTS 'Ohio Employers Liability If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. PECIAL NOTICE -OHIO: ANY PERSON WHO. WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS AN PPUCATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD. IN THE LOWER RIGHT HAND NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE E STATED EXPIRATION DATE THE COMPANY W II I NOT CANCEL OR REDUCE THE INSURANCE AFFORDED NDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS OTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: ' CITY OF FAYETTEVILLE IA FAYETTEVILLE MUNICIPAL AIRPORT LORENE E. R Y FAYETTEVILLE AR 72701 AUTHORIZED REPRESENTATIVE CERTIFICATE OLDER OHIO (800) 582-2503 6/18/98 OFFICE PHONE NUMBER DATE ISSUED This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by Those Companies BS1501 Hi LIST OF PROPOSED SUBCONTRACTORS (This form must be completed and submitted at the time of the bid opening). In compliance with Act 159 of 1949, as amended, of the Acts of the General Assembly of the State of Arkansas, I, the undersigned General Contractor, hereby certify that proposals from the following Subcontractors were used in the preparation of my bid. I agree that if I am the successful Bidder and if the following subcontracts are approved, I will not enter into contracts with others for these divisions of the work without prior written approval from the Engineer and the Owner. Tvneof Work: ...........F.EP?C.1�tS..§..SFr.EQjNG.............................................................................................. Subcontractor's Name: .RA7.9.R>3A4?S..SAFF�X...i�GHT,CO............................................................................ License140.: . ........ ........QQ.d4d40399............................................................................................................. Address:.'......................?..Q..SS?X..6667.i...kT..SM :I�...Al?..72906................................................................ Tvne of Work: PAINT STRIPING Subcontractor's Name: TIME. STRIPING INC. ............................................................................................. LicenseNo.:.................QQ1..7.Z Q3QQ..................................................................................:.......................... Address :....................... P O BOX 1236, VAN BUREN ..................................................... AR 72957 ............................................................... Typeof Work:.............................................................................................................................................. Subcontractor's Name :..... ................................................................................................................. ........... ... LicenseNo.:.................................................................................................................................................... Address:........................................................................................................................................................... Typeof Work:.............................................................................................................................................. Subcontractor's Name :.............. ....... License ?4o.: ......... ................ .............. ..... Address:........................................................................................................................................................... Bidder (General Contractor):......PAVEMENT.SPECIAGISTS..INCQRR.ORATFA............................I........... LicenseNo.: .......003a4504 Q......................................................................................................l,........... By:........... .. C. r. n.......%. .................................................................................................................. Title:........... VSCE..P.ESIDE�IT...................................................................................................................... 'Signature must be the same as on the Proposal form. LPS-1 05-27-1999 11:41AM FROM EIRONS INS 1 1 TO Pave TX P.02 ACORD CERTIFICATE OF LIABILITY INSURANCrCSR H1 DA's vomM AVEM-1 05/27/99 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Dawson & Li=ons Ins Agey Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 345 Williams Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Huron OH 44839 Phone: 419-433-2000 Sax:419-433-7488 INSURERS AFFORDING COVERAGE u4SJRED waalER A: St. Paul Fire A Marine Ins, Co INSURER a Pavement Specialists Incorporated P 0 Sox 2030 Roanoke TX 76262 INSURER c NSDRERD I INSURE COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDPD ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE L?CTS SHOWN MAY WAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER DATE DA UNITS A GENERAL LIAimm COMAEROM.GENERALLNaUTY ol.WS Auos ®occuR Per Project Agg. 1MP3o135470201 04/01/99 04/01/00 EACH OCCURRENCE s 1 , 000 000 X FIREDAMAGE(Anya,. .) 3 300,000 NED IDP(Awm,.F.nm3 s 10,000 PERSONAL a ADV RUUtY sl 000,000 GENERAL AGGREGATE $2,000,000 AGGREGATE LIMIT APPLIES PB POLICY M loC PROOJ TS • co1.mAOPAOG S Y 000 , 000 __N. A AUTOMOBILE LIABILITY AHYALTO AU. OWNED AUTOS SCtaaED AUTOS HIRED AUTOS NONOWNED AUTOS IMP30135470201 04/01/99 04/01/00 COMBPED SNOIE LIMIT M"°°° 51,000,000 X BODILY INJURY (Pm s°AI s X BODIYPLAIRY (P., acadai9 X PROPERTY DAMAGE (P*=id GARAGE LIABILITY ANY AUTO AUTO ONLY- EA ACCIDENT S OTHER THAN EA ACC MAID ONLY: AGO $ s A EXCESS LIABILITY OCCUR ❑CLAILASMADE DEDUCTIBLE RETENTION S 1MP3013S470201 04/01/99 04/01/00 EACH OCCURRENCE $5,000,000 X AGGREGATE 55,000,000 S $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY wc.IAIu- TORY LIMITS 0TH' ER E.L. EACH ACCIDENT S El. DISEASE • EA EMPLOYEE S EL CMSEASE - POLICY LIMIT $ A OTHER Owners 6 Contracto Protective 1MP30135470201 04/01/99 04/01/00 $1,000,000 DESCRIPTION OF OPERATIONSILOCATIONSNFl9CLESEfCLUSIONS ADDED BY ENDORSEMEW!SPECIAL PROVISIONS Project: Terminal Apron Rehabilitation AlP 3-05-0020-26-99 CERTIFICATE HOLDER I N I AOOTONAL wsuRED: N.WJRER Wm+: CANCELLATION FAYET-3 SIOVLD ANY CFT/E ABOVE DESCRSED PCUaES BE CANCELED BEFORETINE SWWATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAX 30 DAYSWRRTEN NOTICE TO THE CER1NAMED TO HOLDER NATO THE City of £ayettNeville Fayetteville Municipal ARAirport Fayetteville 72701 BDO SO SMALL IMPOSE NO OR LIABX.BY OF LEFT. UT FAXURETO OBLIGATION ANY qNO UPON THE MSURER.ITSA T1 -u OR REVRESENTAT1vEs. ACORD 2S -S (7/97) 1. /l'IvfV wry v. V\. , JV V ' 05-27-1999 11:42AM FROM EIRONS INS TO Pave TX P.03 1 INSURANCE COVERAGE LISTING 1. Public Liability - Premium $36,903 2. Property Damage and Vehicle Liability - $125,532 I ' Third Party Coverage - Owners & Contractors Protective Liability $500 additional premium 1 1 1 1 1 ' TOTAL P.03 ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CO Op Dan Flowers aa P.O. Box 2261 Director 9T Little Rock, Arkansas 72203-2261 1 Telephone (501) 569-2000 l o Telefax (501) 569-2400 March 17, 1999 I I PAVEMENT SPECIALISTS, INC. I. P. O. BOX 349 NAPOLEON, OH 43545-0349 H C P I I H THIS WILL ACKNOWLEDGE RECEIPT OF THE PREQUALIFICATION QUESTIONNAIRE SUBMITTED BY YOUR ORGANIZATION SHOWING CONDITIONS AS OF DECEMBER 31, 1998. THE RATING EXTENDED YOUR ORGANIZATION IS UNLIMITED. AS PROVIDED BY THE 1996 STANDARD SPECIFICATIONS, THIS RATING WILL EXTEND YOUR PREQUALIFICATION PERIOD FOR ONE YEAR FROM THE ABOVE DATE PLUS A GRACE PERIOD OF FOUR MONTHS. THE HIGHWAY COMMISSION POLICY DOES NOT ALLOW AN EXTENSION OF THE GRACE PERIOD. THEREFORE, TO MAINTAIN A CONTINUOUS PREQUALIFICATION STATUS, IT WILL BE NECESSARY THAT YOU SUBMIT A NEW STATEMENT PRIOR TO THE EXPIRATION OF THE GRACE PERIOD. A NEW SET OF FORMS FOR THIS PURPOSE WILL BE MAILED TO YOU DURING THE ANNIVERSARY MONTH OF YOUR CURRENT PREQUALIFICATION STATEMENT. SINCERELY, FRANK VOZEL ENGINEER OF PROGRAMS AND CONTRACTS DIVISION I ii f+TTACNn&ST "A" ri I I L LI Li C1 I I 71 I I H H C I I O 4w 0 U z_ N J Q U W a N z W w a O1 m Lu Lu w U W O O z 0 U, h z 0 U LL O H ow h 00 QuJ m G oa Q O U z Why� O J Q y oz O O< V 0� w O 6 y z O ya W a. a C b N m O O W N b n O b b O b A N r N b r m m b n m m ^ N CO r N�y n '0r4 N N M1 W N N O O N M N a rivOi mm n N N N O h N n n < m o -W o cc O N A ON Q N W • D N 0 O S N m oo`edg m • a' e o cf n n m W b W 0 b N P h � N N 000 ass 02920 10 {'J O {W'I Ybl 0 OI W lO O W N N W Oml W m OJ r C ri 1� 5� m yy fC C o tV �C n v 3 tN N 3 t 4 Oa IWG m N N O b N N YY N N A O m m r r I A r M m Oo w W N W N r .- A Y e) P O OI C IQQ Oa woo,- riot 10of 0 ao ad u .D ie of - mw a t q� - LKnCq n 0 O tG y CI O Vi r OI b fl O W i- N W YI N N fV n r N O t� m N O O pp p fp O b 0 W W y O - 0 .� r W O O �O "000e.1.- - O n lNO N p p� QI 0 tD 10 1(1 O Oi r C b D l m W O O O M N N r y W O t 7 N O N N N N O N ri v o O p p) N m � o W N � � � h N f7 J Cl) X t FY6 _ry Q E G Fp.~~F -c E o g c '�'� y A c≤ m 9 C a¢ LLO C O z z 00 =ovy 0zz OO Oio z 1-0.1- Q �a0 0 0 <0< CZJ 0 0 0 O Q O¢ �mm/1 OHIw-°hNfLLfl HrzZ 3 doo zzz oa=- aazzQ¢ O UwyK JJ((m K �C jK¢ I-0 mTm X z LL LL F- T Ur O X O LL LL LL N Z Z Ca �� Q xmLLr�Zaa�ozOoaa w z a J N F O a UiF IL C�a~ C7 y01-00LL C LL LLOO o ONG d m e x a a y y Q Q O O y 0 (Q� z z a w q 1LLLJ hoar wCJ7¢FFo 0UUah-w� a w z z W UO • 'a a00 w Z~~ ^ > U a U U p¢ C U z. Q m~ z 0 o d• ? `e U? O 0 O y o -o aa- ci ow0 f=..a ,4 000 $r � yo U w O rO p9 Q W O O y0 � W �oyg= D.yWzozwzi < n z �C70 z¢zQ?ww�?`�mzz?W zU W O J Q��Of O?i OI-Oy y0-iOa 0 C 0 n I. O m IL ' 14-rt�,rtcztEArc— 1�� PAGE 2 RIME TYPE OR OF Y/E CONTRACT SUB NAME OF OWNER OR CONTRACTOR WORK NAME & LOCATION OF PROJECT 3/31 AMOUNT S INLAND ASPHALT COMPANY GROOVING AlIP3-53.0072.22 SPOKANE INTL ARFT.,SPOKANE,WA 1998 85,200 S H.B. ZACHRY COMPANY SAW -SEAL & AIP3-48-0926-09095, ALLIANCE AIRPORT, FT. WORTH, TX 1998 159,636 GROOVING S WASHINGTON CONSTRUCTION CO. GROOVING CTR.02003, WW 1L -19R, MACARRAN INTL AIRPORT, LAS 1998 208.150 VEGAS, NV ' P CITY OF DUNCAN, OKLAHOMA CONC.PVMT. JT. FY'96 8'97 PAVEMENT REPAIR, DUNCAN, OK 1998 93.575 REHAB.BPATCH S MADONNA CONSTRUCTION CO. ASPHALT FAA -13 GRANT (RAW 11-29 OVERLAY) SAN LUIS OBISPO 1998 73,494 GROOVING AIRPORT, SAN LUIS OBISPO, CA S GLEN THURMAN INC. SAW -SEAL DPI 0115(003), IH-35W, FT. WORTH, TEXAS 1998 54,033 S BALLENGER CONSTRUCTION CO. GROOVING 0348-010.25.97, VALLEY INTL ARPT., HARLINGEN, TX 1998 63,933 ' S ILLINOIS VALLEY PAVING CO. SAW -SEAL JTS. 081-72-K-4428-02 1998 592,451 S H.B. ZACHRY COMPANY GROOVING AIP 3-48-0138.18, INTL AIRPORT, LARADO, TX 1998 97,348 S HAAS -ANDERSON CONSTR. INC. ASPHALT RWY. AIP 3.48-0051-2}88, CORPUS CHRISTI INTL. ARPT.. TX 1998 30,527 GROOVING S EXCEL PAVING - PCCP GRINDING CTR.S 07-168204, VAR. LOCATIONS FROM COLFAX AVE. 1998 206,960 TO WILBUR AVE., LOS ANGELES, CA- • S STAKER PAVING & CONSTRUCTION CO. GROOVING #54-1009-0280, SALT LAKE CITY INTL ARPT., UT 1998 35,695 ' KANSAS DEPT. OF TRANSPORTATION CONCRETE 977-18 K 6715-01, COWLEY COUNTY, WINFIELD, KS 1998 289,720 PVMT. PATCH S HARPER CONSTRUCTION CO. WIDEN & SEAL IM 40-2(71)87, MADISONIHENDERSON COS., TN 1998 140,250 PCCP JOINTS S DIAMOND K CORPORATION SAW -SEAL AIP *3-48-0137-15-97, GREGG CO. ARPT. TERMINAL 1998 51,360 RCCP APRON, LONGVIEW, TX S THE HARDAWAY COMPANY SAW -SEAL JTS. I-IR-IM-20.1(121)44/99-0020-01-121-108 ACIM 20- 1998 784,660 '1(125)44159-0020-01-125-10, JACKSON, MISSISSIPPI S WILDISH STANDARD PAVING CO. ASPHALT AIP 341-0048.28, PORTLAND INTL ARPT., PORTLAND. 1998 87,839 GROOVING OREGON ' S KIEWIT WESTERN CO. SAW -SEAL JTS. EACIM 80-9(691) & 714, 1-80 G 13" STREET, OMAHA, NE 1998 41,403 S APACGEORGIA INC. SAW -SEAL JTS. MANN -207-1(2), JIMMY DYESS PARKWAY. 1998 226,384 RICHMOND/COLUMBIA COS., GA ' S GIBBONS & REED COMPANY GROOVING AIP$3-9-003350, INTL ARPT., SALT LAKE CITY, UT 1998 218,880 S H.B. ZACHRY COMPANY SAW -SEAL JTS. SOUTH OAK CLIFF, DALLAS, TX 1998 136,731 'S J.D. ABRAMS INC. SAW -SEAL IM -10-1(214)32, IH 10, EL PASO, TX 1998 237,367 S KOSS CONSTRUCTION COMPANY GROOVING AIP 03-20-0113-12, FORBES FIELD RWY 03-21 1998 63,992 S SUNDT CORPORATION GROOVING PROJECT SA3000C EAST RUNWAY, AUSTIN. TX 1998 344.111 S DUININCK BROS., INC. SAW -SEAL JTS. IM 40-2(23)146, WHEELER COUNTY, TEXAS 1998 67,909 P MICHIGAN DEPT. OF TRANSPORTATION TRANSVERSE STH 25132.44868A, 1-475, GENESEE CO.. FLINT, MI 1998 145,620 ' CONC. PVMT. GROOVING 1 r 'RIME TYPE OR OF SUB NAME OF OWNER OR CONTRACTOR WORK I S DUININCK BROS. INC. GROOVING ' S THE HAROAWAY COMPANY SAW -SEAL S LAKESIDE INDUSTRIES ASPHALT GROOVING ' S FOREMOST PAVING INC. GROOVING S KIEWIT WESTERN CO. SAW -SEAL S LAMBERT CONSTRUCTION CO., INC. Jr. REHAB. S H.B. ZACHRY COMPANY SAW -SEAL JTS. ' S BALLENGER CONSTRUCTION COMPANY GROOVING IS P i I: ' ' S ' S S S S S I: S I SALEM ROAD & DRIVEWAY CITY OF DENTON, TEXAS GREENW000-LEFLORE AIRPORT ORD. GRANITE CONSTRUCTION CO. SOUTHERN PAVERS INC. APAC-MISSISSIPPI INC. H. 8. ZACHRY CO. GLOVER CONSTRUCTION CO. ACS CONSTRUCTION CO. BALLENGER CONSTRUCTION CO. DAN WILLIAMS CO. T.L JAMES & COMPANY INC. LANE CONSTRUCTION CORPORATION APAC TENNESSEE INC. BROWN & ROOT, INC. REMIXER CONTRACTING CO., INC. URBAN CONTRACTING COMPANY COMMONWEALTH OF KENTUCKY DUININCK BROS., INC. GRANITE CONSTRUCTION CO. ASPHALT GROOVING SEALING SIRS. CLEAN -SEAL JOINTS SAW -SEAL CP SAW -RESEAL GROOVING SAW -SEAL SAW -SEAL EDGE JOINTS SAW -SEAL JTS. GROOVING GROOVING GROOVING SAW -SEAL JTS. RESEALING SAW -SEAL JTS. REHAB. & GROOVING GRINDING PCC SLAB RPR. & REPLCMT.. DITCHING & BRIDGE RPR. SAW -SEAL SAWCUT GROOVING NAME & LOCATION OF PROJECT PAGE 4 Y/E CONTRACT 331 AMOUNT CTR. 19001542. DFW INTL AIRPORT, DALLAS, TEXAS 1997 RAIL YARD. INTERMODAL FACILITY, JACKSON, MS 1997 AIP 3-53-0047-14, WILLIAM R. FAIRCHILD INTL AIRPORT, 1997 CLALLAM CO., PORT ANGELES, WA AIP 3-480144-23, MCALLEN-MILLER INTL AIRPORT, 1997 MCALLEN, TEXAS HOP 920-5(001)P, SKY HARBOR EXPRWY, PHOENIX. AZ 1997 R 20138, GRANT & JEFFERSON COS., ARKANSAS 1997 IM -820-4(221)454, IH-820, FT. WORTH, TEXAS 1997 FAP 3.48.0101-23.98, VALLEY INTL AIRPORT, CAMERON 1997 CO., HARLINGEN. TEXAS AIP 3-41-0055-07, MCNARY FIELD, SALEM, OREGON 1997 BID 91948, VARIOUS STREETS, DENTON, TEXAS 1997 987-33-240328-0495, GREENW000-LEFLORE AIRPORT 1997 IMPROV., GREENWOOD, MISSISSIPPI 9300105, NOJSO. SHUTTLE PKG.LOT. DFW ARPT.. TX 1997 AHTD #R60135, LONOKEIPULASKI COS., ARKANSAS 1997 AIP 995.1-3-28-0027-1298 MID DELTA REG. ARPT., GREENVILLE, MS 1997 CC -581.1-95, LOOP 12. DALLAS, TEXAS 1997 STATE JOB 4040252, 140, FRANKLIN CO., ARKANSAS 1997 DACA 21.94-C-0165, 82N° DISCOM VEHICLE 1997 MAINTENANCE COMPLEX, FT. BRAGG. NC 348-0031-11-98, BROWNSVILLE/S. PADRE ISLAND 1997 AIRPORT, CAMERON CO., TEXAS AIP-14 RUNWAY RECONSTRUCTION, EL PASO, TX 1997 AIP 3-22-0037-37(93), NEW ORLEANS INTL AJRPT.. LA 1997 FAP 3-45-0018-15, METRO ARPT., COLUMBIA, SC 1997 FAP IM IMG 40-5(128)240, ST. FRANCIS CO., WYNNE. AR 1997 031-0314400-0345-1, 1-35W. FT. WORTH. TX 1997 AIP 3-480137-13-94, GREGG CO. ARPT., TYLER, TX 1997 NH 0212(99)376, ETC., CODINGTON CO., SD 1997 MA 75-2(53), 1-75, LAUREL-WHITLEY COS., KENTUCKY 1997 IM 40.1(158)51, IH-40, OLDHAM, TEXAS 1997 CTR. 99500017. RUNWAY 18U34R, DFW ARPT., TX 1997 6,150 57,907 74,165 84,296 143,2450 26,688 48,075 70,825 40,841.85 68,106 186,445 91,176 468,112 30,024 35,464 45,370 97,614 67,357 67,913 335,997 75.322 39,043 47,349 202,080 2,396,843 130,130 132,818 NAME OF OWNER OR CONTRACTOR BALLENGER PAVING CO. THE HARDAWAY COMPANY RITCHIE PAVING INC. HENSEL PHELPS CONSTRUCTION INTERSTATE HIGHWAY CONSTRUCTION POPLIN'S CONSTRUCTION CO. T.L. JAMES & COMPANY INC. IWNOIS VALLEY PAVING CO. GIBBONS S REED COMPANY BROWN & ROOT, INC. ASPHALT PAVING COMPANY INDIANA DEPT. OF TRANSPORTATION INLAND ASPHALT COMPANT ED BELL CONSTRUCTION CO. WEAVER -BAILEY CONTRACTORSINC. REYNOLDS & KAY INC. MARIO SINACOLA & SONS MARIO SINACOLA & SONS C & I CONSTRUCTION CO. TRAYLOR BROS.. INC. KIEWIT PACIFIC CO. CONCRETE TEXTURES, INC. DUININCK BROS., INC. COMMONWEALTH OF KENTUCKY CITY OF FORT WORTH. TEXAS EMULSIFIED ASPHALT INC. ATOP CONCRETE CONSTRUCTION CO. TYPE OF WORK NAME & LOCATION OF PROJECT SAW -SEAL JTS. MERCEDES PLANT, TUSCALOOSA, ALABAMA SAW -SEAL JTS. N62467 -95-C-0671, BARKSDALE AFB, BOSSIER CITY,LA GROOVING PRQE 91-0039, MCCONNELL AFS, WICHITA, KANSAS SAW -SEAL NO. 71, WAL'MART DISTR. CTR., WINTER HAVEN, FL GROOVING NP 3-35.0003-19, ALBUQUERQUE, INTL AIRPORT, NM AIRFIELD PVMT. EDA GRANT t08-49-03002. AR INTL AIRPORT. REHAB. BLYTHEVILLE. ARKANSAS SAW -SEAL JTS. WAL-MART FOOD DISTR. CTR. #72, UNION CO., MS SAW -SEAL ACNH 63-3(65), RT. 83 NEIL, BOONE CO.. MISSOURI GRINDING IM -197(191)332 & PIN $19. SOUTH LAYTON TO SR -193, DAVIS CO., UTAH SAW -SEAL STP(90)124)UM,FM-218L, DENTON, TX ASPHALT NPt335-0016.14, CITY OF FARMINGTON, NEW GROOVING MEXICO PAVEMENT M -21385-B. RT. 31 ON US 31, MARSHALL CO. INDIANA PATCHING &GRINDING ASPHALT AIP X153-0072.19, SPOKANE INTL AIRPORT, WA GROOVING SAW -SEAL CC -196.1.79, ETC., IH 35E, LEWIS VI' TEXAS SAW -SEAL AHTD #R40090, FROG BAYOU-MOUNTAINBURG+NVY. 71, CRAWFORD COUNTY, ARKANSAS RUNWAY AIPXL48-0215-06-93, POUNDS FIELD, TYLER, TX GROOVING SAW -SEAL SAW -SEAL GRINDING CLEAN & SEAL JTS. GRINDING GRINDING SAW -SEAL PC CONC. PVMT. REHAB. RESEALING ASPHALT GROOVING GRINDING PAGE 5 VIE CONTRACT 3131 AMOUNT 1997 1997 1997 1997 1997 1997 135.371 176,313 24.140 105,287 307,020 473,057 1997 132.720 1997 151,538 1997 711,704 1990 66,252 1990 46,675 1996 47,715 1996 89.700 1996 35,885 1996 106,455 1996 51,640 ALLEN BUSINESS PARK CITY OF ALLEN. TEXAS 1996 HEMPHILL STREET, PROJ. !8844-02-002, FT. WORTH, 1996 TEXAS AIPf332-0018.11, RENO STEAD AIRPORT, WASHOE CO., 1996 NEVADA FAP IMO -40(57)205, RT. 40, MONROE CO., ARKANSAS 1996 CTR. 04495, NORTH FORK LEWIS RIVER, CLARK CO, 1996 WASHINGTON !95-12, BELTLINE ROAD, ADDISON, DALLAS CO.,TX 1996 DACA 56-940018, SHEPPARD AIR FORCE BASE, 1996 WICHITA FALLS, TEXAS PROJECT CODE 9940668, WOODFORD & FAYETTE COS., 1996 KENTUCKY GC24-030240440010, MEACHEM FIELD, FT. WORTH, TX 1996 NP 3-56-0026-09, ROCK SPRINGS AIRPORT, WY 1996 22,163 28,734 38.560 61.730 283.129 65,000 204,000 1,327970 65.000 23,733 F.D.GR 9500000-49, FRANKLIN, CAMPBELL & BOONE 1996 283,934 COS., KENTUCKY NAME OF OWNER OR CONTRACTOR TYPE OF WORK NAME & LOCATION OF PROJECT PAGE 7 WE CONTRACT 3731 AMOUNT CITY OF DENTON, TEXAS RESEALING BID NO. 1800, DENTON, TEXAS 1996 24,919 CHAMPAGNE-WEBBER INC. TEXAS SAWCUT IH 10-8(23)803, CHAMBERS COUNTY, TEXAS 1998 13,760 RUMBLE STRIPS J. L STEEL INC. SAW -SEAL C 3641-90, TARRANT COUNTY, TEXAS 1996 22.400 CITY OF ABILENE, TEXAS GROOVING & #3-48-2-16A. ABILENE REGIONAL AIRPORT, TX 1996 120,940 PAINTING RWY. COULSON EXCAVATING GROOVING AIP 13-08-0023-12. LOVELAND MUNI. AIRPORT, 1996 38,245 LOVELAND, COLORADO KIEWIT WESTERN CO. SAW -SEAL DACA-45-94-&0003, OFFUTT AFB, OMAHA, NE 1995 144,069 IWNOIS VALLEY PAVING SAW -SEAL FAF-543(87)CRT. 54, CALLOWAY CO., MISSOURI 1995 492,135 MARIO SINACOLA & SONS SAW -SEAL NH 94(6)M, US $380, WISE COUNTY, TEXAS 1995 44,172 DUININCK BROS. INC. OKLAHOMA DEPT. OF TRANSPORTATION DALLAS/FT. WORTH INTL ARPT. BOARD TEXAS DEPT. OF TRANSPORTATION TWEHOUS EXCAVATING CO.. INC. DUININCK BROS. INC. BAKER CONCRETE CONSTRUCTIN PALASOTA CONSTRUCTION INC. T. L JAMES & CO. APAC-TEXAS INC. TOWN OF ADDISON GILBERT CENTRAL MW BUILDERS KINSEL INDUSTRIES, INC. IWNOIS VALLEY PAVING HAWKINS BUILDERS DUININCK BROS., INC. JONES BROTHERS ENTERPRISES INC. GILBERT TEXAS CONSTRUCTION CORP. BALLENGER PAVING CO., INC. SAW -SEAL PC CONCRETE PVMT. REHAB. SAW -SEAL CONCRETE PVMT. REHAB. SEALING JTS. SAW -SEAL GROOVING SAW -SEAL SAW -SEAL SAW -SEAL SAW -SEAL GRIND -SEAL- & MARKING SAW -SEAL SEALING ITS. GROOVING SAWSEAL DEEP SAWING SAW -SEAL ITS. RUNWAY GROOVING SAW -SEAL SAW -SEAL APAC-TEXAS, INC. SAW -SEAL CPM 9.169 IH-820, TARRANT CO., TEXAS CMC-26(278) US -81, GRADY CO., OKLAHOMA CONTRACT 49001509, FIELD 917, D/FW ARPT., TX CONTRACT 3023XSM0002, 1-820, TARRANT CO.. TX FAF 63-3(61) RT. $63, CALLOWAY CO., MISSOURI DACA 56494C-0018 SHEPPARD AFB, WICHITA FALLS. TEXAS DELTA R/W 9-27 CTR. 92603, 115, HEBRON, KY CSR 14-10-50 BU -77, BRYAN, TEXAS 3C422.3-39 US HWY. 67, CLEBURN, TEXAS' LOCKHEED -FT. WORTH CO.. 34290558-3, FT. WORTH, #94-39 MIDWAY ROAD. ADDISON, TEXAS 1995 15,000 1995 457,626 1995 829,443 1995 370,60 1995 56,283 1995 77,500 1995 177,302 1995 37,024 1995 86,713 1995 66,420 1995 271,548 IR-NHS-35-2(16), EMPORIA, KANSAS 1995 457,110 DACA 63.92-C-0117, FT. HOOD, TEXAS 1995 35,672 RAN 13-31 INTL ARPT. CORPUS CHRISTI, TEXAS 1995 21,587 ADAP 3.17-0033-15, DECATUR ARPT., ILLINOIS 1995 53.114 F41652-94 B0009 DYESS AFB, TEXAS 1995 21,000 WEST AIRFIELD DR -PI -III, DFW AIRPORT, TEXAS 1995 4.680 F -41652-94C-0019 DYESS AFB, ABILENE, TEXAS 1995 700,000 NH 90(57)M. US 377. FT. WORTH, TEXAS 1995 45,720 DACA 65.292L-0154 BLACKSTONE AFB, FT. PICKETT, 1995 197.938 VIRGINIA IR 30-5(63)035 130, GRAND PRAIRE, TEXAS 1995 111,810 RIME I OR SUB NAME OF OWNER OR CONTRACTOR 1 'S HAWKINS BUILDERS S PRIMATE CONSTRUCTION INC. S NORTHWOOD STONE & ASPHALT INC. S GRANITE CONSTRUCTION CO. S DUININCK BROS. INC. Is H. B. ZACHRY CO. S IWNOIS VALLEY PAVING CO. Is OMEGO CONTRACTING INC. P KANSAS DEPT. OF TRANSPORTATION ' $ IWNOIS VALLEY PAVING CO. S LANE CONSTRUCTION CO. ' S WINFORD COMPANY INC. P CITY OF FARMERS BRANCH, TEXAS ' S RITCHIE PAVING. INC. ' S BALLARD CONSULTING & CONTRACTING S SUPERIOR ASPHALT, INC. S REA CONSTRUCTIN CO. S H. B. ZACHRY S LH. LACY CO. ' S AUSTIN BRIDGE & ROAD P MICHIGAN DEPT. OF TRANSPORTATION ' S GIBSON & ASSOCIATES, INC. S HAWKINS BUILDERS ' S APAC-TEXAS. INC. S YOUNG BROTHERS, INC. S APAC-TEXAS, INC. S BALLENGER CORPORATION S RITCHIE PAVING CO. TYPE OF WORK NAME & LOCATION OF PROJECT PAGE 8 Y/E CONTRACT 3/31 AMOUNT DEEP SAWING FNWZ 960006, OYESS AFB, ABILENE, TEXAS 1995 107.100 SAW -SEAL I45 -1(285K141 145, HARRIS CO., TEXAS 1995 183,006 SAW -SEAL OHIO D.O.T. #980(1993) IR-75, ALIEN & HANCOCK CO., 1995 208,713 OHIO SAW -SEAL DACA 56-92C-0120 ALTUS AFB, ALTUS, OK 1995 175.362 SAW -SEAL WEST AIRFIELD DR., D/FW AIRPORT. TEXAS 1995 21,188 RESEAL JOINTS IM -35E-6(314)408 IH35E, EWS COUNTY, TEXAS 1995 305.168 SAW -SEAL ST. HWY. 54, AUDRAIN COUNTY, MISSOURI 1995 70,382 SAW -SEAL MA-NH93(44)M; S14 -I14 & SPUR 348, DALLAS. TX 1995 20,656 GRINDING, 1470 EXIT RAMP TO 21ST.. TOPEKA, KANSAS 1995 28,000 RESEALS SAW SAW -SEAL 2850014 RT. 67 HWY. 17 & 18, JACKSON, AR 1994 133,147 SAW -SEAL IF -1185(25), ETC.. DENTON CO., TEXAS 1994 58,740 GROOVING AIP 3-22-0048-14, SHREVEPORT REGIONAL ARPT.. 1994 241,400 LOUISIANA CLEAN & SEAL BID #93-45, VARIOUS STREETS. FARMERS BRANCH, 1994 108,516 JTS.B CRACKS TEXAS RUNWAY AIP 3-20-00.9007-&-08 CO. JABARA AIRPORT, WICHITA 1994 15,879 GROOVING KANSAS CLEAN & SEAL DACA 56-92-C-0048 SHEPARD AIR FORCE BASE, TX 1994 34,790 JOINTS GRINDING 85.1-3-28-037-1692 JACKSON MUNICIPAL AIRPORT, 1994 26,198 JACKSON, MISSISSIPPI CLEAN & SEAL IM 95-2(752), CLAREDON COUNTY, SOUTH CAROLINA 1994 225,149 JOINTS CLEAN, SEAL, IM -30-4(73)015, ETC., ARLINGTON, TEXAS 1994 262,079 WATERPROOF JOINTS SAW -SEAL PARKS GLEN VI & VIII, FORT WORTH, TEXAS 1994 84.500 SAW -SEAL DALLAS NORTH TOLLWAY,DALLAS, TEXAS 1994 128.378 SEALING IM 94&(314)231, 1-94,MACOMB COUNTY, MI 1994 138,521 JOINTS GRINDING DALLAS GRAN PRIX REUNION AREA, DALLAS, TX 1994 10,520 GROOVING 6 DYESS AIR FORCE BASE, ABILENE, TEXAS 1994 33,483 DEEP SAWING SAW -SEAL NH 92(25)M, US 96, JASPER, TX 1994 91.693 GROOVING AIP 348-0220-09, WACO REG. AIRPORT, WACO, TX 1994 76,224 CLEAN & SEAL NH 92(27)M -FM 1382. GRAND PRAIRIE. TEXAS 1994 8,856 JOINTS GRINDING #530024433 1-10 & S.R. 69 INTERCHANGE. MARIANA, 1994 1024.190 FLORIDA GROOVING PROE 91-0039 MCCONNELL AIR FORCE BASE, WICHITA, 1994 40,900 KANSAS I I `1 1 I I I G I I I I I LI H 11 I - P L PAVEMENT SPECIALISTS INCORPORATED Mailing Address: P.O. Box 2030. Roanoke, Texas 76262-4030 Shipping Address: 265 Marshall Creek RO., Roanoke. TX 76262 Tel. 1817l 491-9665 Fax J817) 491-9777 scoccwbepavement specialist.com EQUIPMENT AVAILABLE FOR CONTRACT EXHIBIT "C" RE: AIP 3-05-0020-26-99 TERMINAL APRON REHABILITATION FAYETTEVILLE MUNICIPAL AIRPORT BID DATE: 6/2/99 UNIT NO. 70145 '99 FORD PICKUP 70143 '97 FORD PICKUP 70121 '92 FORD PICKUP 71018 '93 FORD WATER TRUCK 75004 '72 FORD FLAT BED 72008 '80 FORD SANDBLAST TRUCK 77005 '82 MACK DUMP TRUCK 72025 '97 FORD SANDBLAST TRUCK 75006 '99 FORD FLAT BED 55005 E -Z DRILL, FOUR GANG 55006 E -Z DRILL, VERTICAL 55001 CASE SKID STEER, MODEL 1840 13003 '65 HP MAGNUM CONCRETE SAW 13001 '65 HP MAGNUM CONCRETE SAW 12091 '65 HP TARGET CONCRETE SAW 12092 '65 HP TARGET CONCRETE SAW 55011 CONCRETE ROLLER SCREED I