Loading...
HomeMy WebLinkAbout230-18 RESOLUTIONp4..f •rFTrE f V 44 cr++ 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 230-18 File Number: 2018-0597 BID #18-43 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID #18-43 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. FOR CONSTRUCTION OF THE TAXIWAY B WIDENING AND REHABILITATION PROJECT, TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. TO REFLECT THE REMOVAL OF THE DEDUCTIVE ALTERNATIVE FROM THE CONTRACT AND REDUCE THE TOTAL CONTRACT COST TO $1,694,292.00, TO AUTHORIZE TASK ORDER NO. 11 WITH GARVER, LLC IN THE AMOUNT OF $147,500.00 FOR CONSTRUCTION ADMINISTRATION, CONSTRUCTION OBSERVATION, MATERIALS TESTING, AND CLOSEOUT SERVICES, AND TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING FEDERAL AVIATION ADMINISTRATION 90/10 GRANT FUNDS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #18-43 and authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. for construction of the Taxiway B Widening and Rehabilitation Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Change Order No. 1 to the contract with Benchmark Construction of NWA, Inc. to reflect removal of the deductive alternative from the contract and reduce the total contract cost to $1,694,292.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Task Order No. 11 with Garver, LLC in the amount of $147,500.00 for construction administration, construction observation, materials testing, and closeout services for the Taxiway B Page 1 Printed on 1119118 Resolution: 230-18 File Number.- 2018-0597 Widening and Rehabilitation Project. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 11/8/2018 Attest: Co " 'f.2%, Sondra E. Smith, City Clerk yfill NN 'f•���11 P 11 O ���'`, Page 2 Printed on 1119118 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2018-0697 Agenda Date: 11/8/2018 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: D. 1 BID #18-43 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID #18-43 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. FOR CONSTRUCTION OF THE TAXIWAY B WIDENING AND REHABILITATION PROJECT, TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. TO REFLECT THE REMOVAL OF THE DEDUCTIVE ALTERNATIVE FROM THE CONTRACT AND REDUCE THE TOTAL CONTRACT COST TO $1,694,292.00, TO AUTHORIZE TASK ORDER NO. 11 WITH GARVER, LLC IN THE AMOUNT OF $147,500.00 FOR CONSTRUCTION ADMINISTRATION, CONSTRUCTION OBSERVATION, MATERIALS TESTING, AND CLOSEOUT SERVICES, AND TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING FEDERAL AVIATION ADMINISTRATION 90/10 GRANT FUNDS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 18-43 and authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. for construction of the Taxiway B Widening and Rehabilitation Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Change Order No. 1 to the contract with Benchmark Construction of NWA, Inc. to reflect removal of the deductive alternative from the contract and reduce the total contract cost to $1,694,292.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Task Order No. 11 with Garver, LLC in the amount of $147,500.00 for construction administration, construction observation, materials testing, and closeout services for the Taxiway B Widening and Rehabilitation Project. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 111912018 City of Fayetteville Staff Review Form 2018-0597 Legistar File ID 11/8/2018 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Summer Fallen 10/18/2018 AIRPORT SERVICES (760) Submitted By Submitted Date Action Recommendation: Division / Department Staff requests approval to utilize grant funds to complete the construction phase services and project closeout associated with the Taxiway B Widening and Rehab project. This resolution will permit the following: 1. Execution of a construction contract in the amount of $1,694,292.00 with Benchmark Construction of NWA, Inc. for the award of the Base Bid + Deductive Alternative. 2. Execution of Change Order 1 to the contract to reflect the removal of the deductive alternate from the contract and thus represent the scope of work that will be funded by the FAA grant. 3. Execution of a construction phase services contract with Garver, LLC for construction admin services, on - site construction observation services, materials testing services, closeout services and ALD update, and Part 139 ACM exhibit updates. 4. Budget adjustment to recognize a 90-10 grant received from the Federal Aviation Administration (FAA). Budget Impact: 5550.760.3960-5314.00 Airport Account Number Fund 31704.1801 Taxiway B Widening & Rehab -Construction Project Number Project Title Budgeted Item? NA Does item have a cost? NA Budget Adjustment Attached? Yes Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 1,652,878.00 $ 1,652,878.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # 185-18 Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF NOVEMBER 8, 2018 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Terry Gulley, Transportation Services Director FROM: Summer Fallen, Airport Services Manager DATE: October 18, 2018 CITY COUNCIL MEMO SUBJECT: Taxiway B Widening and Rehab — Construction Contract, Construction Phase Services Task order, Budget Adjustment RECOMMENDATION: Staff requests approval to utilize grant funds to complete the construction phase services and project closeout associated with the Taxiway B Widening and Rehabilitation project. More specifically, this resolution will permit the following: 1. Execution of a construction contract in the amount of $1.694,292.00 with Benchmark Construction of NWA, Inc. for the award of the Base Bid + Deductive Alternative. 2. Execution of Change Order 1 to the contract. This change order will modify the contract to reflect the removal of the deductive alternate from the contract and thus represent the scope of work that will be funded by the FAA grant. 3. Execution of a construction phase services contract with Garver, LLC for construction administrative services, on -site construction observation services, materials testing services, closeout services and ALD update, and Part 139 ACM exhibit updates. 4. Budget adjustment to recognize a 90-10 grant received from the Federal Aviation Administration (FAA). BACKGROUND: The airport currently has charter flights that operate at the airfield with a Boeing 737-800 and Boeing 757-200 aircraft. These aircraft cannot taxi from the terminal apron to the Runway 16 threshold without crossing the runway due to current width of Taxiway B north of Taxiway D. In addition, these aircraft cannot taxi to the Runway 34 threshold without utilizing judgmental oversteering to maneuver the final turn on the south end of Taxiway B. In an effort to provide adequate taxiway width to promote safe taxiing operations for the large charter aircraft, the airport included a taxiway widening project in their FAA Capital Improvements Plan (CIP). In addition to the widening of the taxiway, the rehabilitation of pavement adjacent to all taxiway widened as part of the project will also be included. Mailing Address: 113 W. Mountain Street www.fayetteville-ar,gav Fayetteville, AIR 72701 CITY OF FAYETTEVILLE ARKANSAS CITY COUNCIL MEMO DISCUSSION: As approved during the City Council meeting on August 21, the Aviation Division submitted two grant applications to the FAA for the taxiway rehabilitation. Based upon their available funds, the FAA issued the City of Fayetteville a grant offer for $1,652,878. This amount represents construction of the Base Bid + Deductive Alternative which includes rehabilitation of Taxiway B north. The grant offer was executed by the City on September 14, 2018. A separate Arkansas Department of Aeronautics grant for the remaining 10%, minus the cost of the additional Owner's Protective Insurance, will be pursued at the completion of the project. With the grant offer executed, the Aviation Division is requesting permission to executing a construction contract with Benchmark Construction Company to perform the taxiway rehabilitation. In addition, a task order with Garver, LLC will be executed to perform construction administrative services, on -site construction observation services, materials testing services, closeout services and ALD update, and Part 139 ACM exhibit updates. Costs associated with the construction phase services will be reimbursed under the FAA grant. BUDGET/STAFF IMPACT: The Aviation Division may expend up to $378,593.20 of their fund balance reserve. $193,914.00 in order to match the 10% of the total project cost plus any non-AIP eligible expenses (Owner's Protective Insurance) and a 10% project contingency of the approved project budget, or $184,679.20. However, a separate Arkansas Department of Aeronautics grant for the remaining 10%, minus the cost of the additional Owner's Protective Insurance, will be pursued at the completion of the project. It is estimated that this grant will cover $183,654.00 of the total the Aviation Division's approved budget for the project. Base Bid + Deductive Alternate FAA: $1,652,878.00 ADA: $183,654.00** City' $10 260.00 TOTAL: $1,846,792.00 **The Aviation Division will come back to Council at completion of construction to request approval to apply for a state grant for the 10% share of the project cost. Attachments: Staff Review Form Project Plans Construction Contract Change Order 01 Task Order 11 Resolution 185-18 Budget Adjustment 2 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 010600 - CONTRACT THIS AGREEMENT made this day of 9, 201� , by and between Benchmark Construction of NWA, Inc. organized and existing under the laws of the State of a Corporation Arkansas hereinafter called the "Contractor", and City of Fayetteville, hereinafter called the "Owner". WITNESSETH: That the Contractor and the Owner for the consideration stated herein mutually agree as follows: ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, including utility and transportation services and perform and complete all work required for the construction of FYV Taxiway B Widening and Rehabilitation in strict accordance with the Contract Documents. ARTICLE 2. Tl)c: Contract Price. The Owner will pay the Contractor, because of his performance of the Contract, for the total quantities of work performed at the lump sum and unit prices stipulated in the Proposal for the Base Bid and Deductive Alternate (strikethrough if applicable), subject to additions and deductions as provided in the SPECIAL PROVISIONS. Changes, modifications, or amendments in scope, price, or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, or fees. ARTICLE 3. Contract Time. The Contractor agrees to begin work within ten (10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work for the Base Bid within one hundred twenty (120) consecutive calendar days thereafter(except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). Should the Base Bid & Deductive Alternative be awarded, the contract time will be reduced to ninety (90) consecutive calendar days (except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). If the Contractor shall fail to complete the work within the time specified, he and his Surety shall be liable for payment to the Owner, as liquidated damages ascertained and agreed, and not in the nature of a penalty, the amount specified in SPECIAL PROVISIONS of these Contract Documents for each day of delay. To the extent sufficient in amount, liquidated damages shall be deducted from the payments to be made under this Contract. ARTICLE 4. Contract. The executed Contract Documents shall consist of the following: a. Executed Contract b. Addenda (if any) c. Advertisement for Bids d. Instructions to Bidders e. Proposal f. Statement of Bidder's Qualifications g. List of Proposed Subcontractors h. Performance and Payment Bonds i. General Provisions j. Special Provisions k. Technical Specifications I. Drawings m. Certificates of Insurance and Insurance Policies FYV Airfield Pavement Marking Rehabilitation 010600-1 17041214 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010600-2 17041214 This Contract together with other Documents enumerated in this Article 4, which said other Documents are as fully a part of the Contract Documents as if hereto attached or herein repeated, form the Contract between the parties hereto. In the event that any provisions in any component part of this Contract conflicts with any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final. ARTICLE 5. Surety. The Surety on the Performance and Payment Bonds shall be a surety company of financial resources satisfactory to the Owner, authorized to do business in the State of the Project, and shall comply with applicable state laws. ARTICLE 6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. ARTICLE 7. Jurisdiction. Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in Four (4) counterparts, each of which shall be considered an original on the day and year first written. Attest 5ignafure Print Name Attest: i'W" �� ignafure 11, Wr v Print Name Contractor: AF6& 1V 4-A&4g 4!2=b2S7g1TGTiZ7"S By: Owner: Signature Print Name t Na and title "c .4 t L 1� Address � ' 1 FYV Taxiway B Widening and Rehabilitation 010600-3 17041214 Bond #9878365 010700 - PERFORMANCE BOND NOTIFICATION The Surety's obligation under this Bond shall arise after: II II I I I II 1 II I II II I III I II IIIIIII I IIIII III II II Doc ID: 018258300010 Type: LIE Kind: PERFORMANCE BOND Recorded: 10/15/2018 at 02:43:02 PM Fee Amt: $60.00 Page i of 10 Washington County, AR Kyle Sylvester Circuit Clerk FileB035-00000604 1.1 The Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Default. Such notice shall indicate that the Owner is requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor's performance. Unless the Owner agrees otherwise, any conference requested under this Paragraph shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor, and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; 1.2 The Owner declares a Default, terminates the Construction Contract and notifies the Surety. Notice to the Surety, the Owner, or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Failure on the part of the Owner to comply with the notice requirement shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. 2. SURETY'S ACTIONS When the Owner has satisfied the conditions of Paragraph 1, the Surety shall promptly and at the Surety's expense take one of the following actions: 2.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; 2.2 Undertake to perform and complete the Construction Contract itself, through its mutually acceptable agents or independent contractors; 2.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 3 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or 2.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 2.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or 2.4.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. FYV Taxiway B Widening and Rehabilitation 010700-1 Garver Project No. 17041211 SURETY OBLIGATIONS If the Surety elects to act under Paragraph 2.1, 2.2, or 2.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication for: 3.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 3.2 additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 2; and 3.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 4. SURETY DEFAULT If the Surety does not proceed as provided in Paragraph 2 with reasonable promptness, the Surety shall be deemed to be in default on this Bond ten days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Paragraph 2.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. PROCEEDINGS Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be applicable. STATUTORY REQUIREMENTS When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereto and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein, When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. FYV Taxiway B Widening and Rehabilitation 010700-2 Garver Project No. 17041211 PERFORMANCE BOND CERTIFICATE KNOW ALL MEN BY THESE PRESENTS: THAT WE, Benchmark Construction of NWA, INC. as Principal, hereinafter called "Principal", and Westfield Insurance Coin P..0. Box 5001 Westfield Center , State of Ohio , as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", in the amount of: One Million Six Hundred Ninety Four Thousand Two Hundred Ninety Two and no/100ths Dollars ($ 1,694,292.00 ) 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 , 20 , a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "FYV Taxiway B Widening and Rehabilitation" NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract, including without limitation the maintenance warranty thereof, 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. This bond is executed pursuant to the terms of Arkansas Code Annotated §§ 18-44-501 et. Seq., as amended. Executed on this day of ,20 FYV Taxiway B Widening and Rehabilitation 010700-3 Garver Project No. 17041211 SEAL Principal: Benchmark Construction of NWA, Inc. Signature Print Name and Title SEAL Surety: VV 5 l el,Insurance Company f� (Y Attorney -in -Fact - Signature Scott R. Clark, Attorney -In -Pact Attomey-in-Fact - Pant Name and Title P. O. Box 5001 Westfield Center, OH 44251-5001 Surety Address forgiving Notices 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. FYV Taxiway B Widening and Rehabilitation 010700-5 Garver Project No. 17041211 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 12108117, FOR ANY PERSON OR PERSONS NAMED BELOW Gerleral POWER NO. 0320052 04 Power Westfield Insurance Co. of Attorney Westfield National insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by Theca Presents, That WESTFIELD? INSURANCE COMPANY, WESTFIELD NATIONAL. INSURANCE COMPANY and CHIC FARMERS INSURANCE COMPANY, corporations, he.ra€nalter referred to individually as a 'Corrlpany" and collectively as "Companies," duly organized and exlsting under the laws of the State or Ohio, and having Its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM S- HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C- SCHMIDLY, ELIZABETH A. SOLON.1ON, SARAH K. DAY, MARY ANN JUSTICE, SCOTT WHITTENBERG, JOINTLY OR SEVERALLY of FORT SMITH and State of AR Its true and lawful Attorney(s)-in-Fact, With full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to b€nd a ry of the Companies thereby i : tully and to the same. extent ns rt sucn l3onds wr,,re signecl. by the PresIdui-,t. seale d eWt11 the carWaIa seal of the •2p= Iicebic Company and duly attested by its Secretary, hereby run rying and costuming all that the 3-wd Atlonioy(;)-an-Fact rrigy ur, :n the peemises. Said appointment ]s made under and by authorlty of the 1-0116+nrrrg I0snit.rtrrrn by the Board or Dirr,c:toro or each a[ Ilia WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and QHIO FARMERS INSURANCE COMPANY: 'Be It Resolvec, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Atterney(s)-in-Fact to represent and act for and on behalf of the Company subject to the foiiowfng provisions: The Attorney-M-Fact. may be given full pourer and authority for and In the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and,all notices and documents canceling or terminating the Company's Ilablllty thereunder, and any. such Instruments so executed by any such Attorney -Ill -Fart shall be as binding upon the Company as If signed by the President and scaled and attested by. the Corporate Secretary." 'Se it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hareaRer afill xed to any power of attorney or any certificate relating thereto by facsimile, and any puwur or attorney or certlfcati� be;rrinr facsimile sigrwtures or f.acsirnile seal shall be valid and binding upon the Company with respect to any bond or undK.riaking to wnlch It is ZINIched' (Each arinl3ted at a inr;CIing held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and thelr corporate seals to be hereto affixed this Oath day of DECEMBER A.D., 2017 . ,,..,.r.na a., - ....... C Seals J'�.4%URA'�c'� '' :.r�F,r" .$• � i1pp��-WESTFIELD INSURANCE COMPANY F Q;, ..,�� { ,, c44 4::!;►�, WESTFIELD NATIONAL INSURANCE COMPANY Affixed v: ma+ 0 r �•�" =:" OHIO FARMERS INSURANCE COMPANY } �: '-• �`' �� � °'" � ` ,��. •SEAL J : 1848 V— ) State of Ohio Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 08th day of DECEMBER A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said Instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal Affixed 'q1 AL A� - i David A. Kotnik, Attorney at Law, Notary Public State of Ohio } %A r . J v My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss_: tf OF Q I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL. INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which Is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out In the Power of Attorney are in full force and effect. In Wltnvss Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of rn - - err... .YS. f .•StiP y4� •. Ji r• sI SEAL !to A,t i a f Lf Secretary G:• 1848 : k_: i P +� Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) Bond #9878365 010720 - PAYMENT BOND NOTIFICATION The Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in the Bond Certificate) of claims, demands, liens, or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, and tendered defense of such claims, demands, liens, or suits to the Contractor and the Surety. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. When the Owner has made notification, the Surety shall promptly and at the Surety's expense defend, indemnify, and hold harmless the Owner against a duly tendered claim, demand, lien, or suit. The Surety's obligations to a Claimant under this Bond shall arise after Claimants have furnished a written notice of non-payment to the Contractor, Surety, or Owner, stating with substantial accuracy the amount claimed and the name of the party to whom the materials, labor, or equipment was furnished or supplied. It is sufficient if a notice of non-payment is given to the Contractor by the Owner. SURETY'S OBLIGATION When a Claimant has satisfied the conditions of Paragraph 1, the Surety shall promptly and at the Surety's expense take the following actions: 2.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and 2.2 Pay or arrange for payment of any undisputed amounts. 2.3 The Surety's failure to discharge its obligations under Paragraph 2.1 or 2.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Paragraph 2.1 or 2.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. 3. DEDICATION OF BOND FUNDS Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. FYV Taxiway B Widening and Rehabilitation 010720-1 Garver Project No. 17041211 OTHER OBLIGATIONS The Surety shall not be liable to the Owner, Claimants, or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on behalf of Claimants, or otherwise have any obligations to Claimants under this Bond. 5. PROCEEDINGS No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. STATUTORY REQUIREMENTS When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereto and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. FYV Taxiway B Widening and Rehabilitation 010720-2 Garver Project No. 17041211 PAYMENT BOND CERTIFICATE KNOW ALL MEN BY THESE PRESENTS: THAT WE, Benchmark Construction of NWA, INC. as Principal, hereinafter called "Principal", and Westfield Insurance Com P. O. Box 5001 Westfield Center , State of Ohio , as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", in the amount of: One Million Six Hundred Ninety Four Thousand Two Hundred Ninety Two and no/100ths Dollars ($ 1.69-1.292.00 ) 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 , 20 , a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "FYV Taxiway B Widening and Rehabilitation" 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. This bond is executed pursuant to the terms of Arkansas Code Annotated §§ 18-44-501 et. Seq., as amended. Executed on this day of , 20 FYV Taxiway B Widening and Rehabilitation 010720-3 Garver Project No. 17041211 SEAL Principal. Benchmark Construction of NWA, Inc. .rJ By: �• signature SEAL Surety: NOTES Attach Power of Attorney. Date of Bond must not precede date of Contract. Print Name and Title Ield Insurance Company .in -Fact - Signature Scott R. Clark, Attornev-In-Fact Attorney -in -Fact - Print Name and Title P. O. Box 5001 Westfield Center, OH 44251-5001 Surety Address for giving Notices A copy of this Bond must be filed with the Circuit Clerk in each county wherein the work is to be performed. FYV Taxiway B Widening and Rehabilitation 010720-5 Garver Project No. 17041211 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER SEARING THIS SAME POWER # AND ISSUED PRIOR TO 12108117, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 0320052 04 General Westfield Insurance Co. Power of Attorney Westfield National Insurance Co. Ohio farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presearfs, That WEST FLD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIC FARMERS INSURANCE COMPANY, corporations, he? -::Wafter referred to individually as a "Company" and collectively as 'Confpanles,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, 01110, do py these presents make, constitute and appoint SAM S. HILLER. LARRY R, CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, SCOTT WHITTI BERG, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorneys) -in -Fact, with full power and authority hereby c:,rifrr red in Its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - . - - - - - - - - - - - - - - . - - - . - - - . . - - - . - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bands were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by Its Secretary, hereby ratifying and confirming all that the said Attorney(s)-1n-Fact may do In Via prcmisus. Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors of eacfa of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Rasolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall l)e and is hereby vested with full power and autnorlty to appoint any one or more suitable persons as Attnrney(s)-in-Pact to represent and act for and on behalf of the Company subject to the following provisions: The Attarncy-In-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, reaognizancos, contracts, agreements of Indemnity and other conditional or obligatory undertakings and any and all notlres and documents canc5l.Ing or terminating the Company's (lability thereunder, and any such instruments so executed by any such A;:orncydn-Fact shall he as binding upon the Company as If signed by the President and sealed and attested by the Corporate Secretary.' 'tic II Farther Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certlfIcate relating thereto by facslmile, and.any power of attar ney or cart' flcate,bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It is attached.' (Each adopted at a meeting held on February 8, 200.G), In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have -caused these presents to be signed by their Nalional Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 08th day of DECEMBER A.D., 2017 . corporate "" ....... WESTFIELD INSURANCE COMPANY Seals -'r���gSfi...... ' ti`...........,''f;'1E45U,g� �,-.n WESTFIELD NATIONAL INSURANCE COMPANY Affixed i'� ' .w...L`zr ;t" OHIO FARMERS INSURANCE COMPANY 32k � y}-} � x '• [-+ ` � �•'i'^==a"C�•I.���Y+:��� A. 1848 By: State of Ohio1 w u" " """' Dennis P. Baus, National Surety Leader and County of Medina ss.. Senior Executive On this 081h day of DECEMBER A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides In Wooster, Ohio; that he is National Surety Leader and Senior Executive or WESTFIELD INSURANCE CO'MP:ANY, WESTFIELD.NATIONAL INSURANCECOMPANY and OH10 FARMERS INSURANCE COMPANY, the companies described in and which executed. the above Irstrlament; that he knows tha sails of said Companies; that the seals ait[xed to said Instrument are such corporate seats; that they were so affixed by order of the Boards of Directors of said Companles; and that he signed his name thereto by like order. Notarial ,.,r, r,. ,.a.. Seal �R\AL Affixed 'R:/ 1 David A. Kotnik, Attorney at Law, Notary Public State of Ohio lftavjo/ �, My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) =_ a County of Medina ss.: :; q +;• T� U F a I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said Companies, which Is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out In the Power of Attorney are in full forr., and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of 41';U�� " S.. � SFAS, r r er,^ Q Secretary 1H413Ile Frank A. Carrino, Secretary BPOAC2 (combined) (06.02) BENCCON-01 A4'`�RO CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYW ) I D112/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER BHC Insurance 5500 Euper Lane P.O. Box 3629 Fort Smith, AR 72913-3529 INSURED Benchmark Construction Company of NWA, Inc. 333 W. Poplar, Ste. A Fayetteville, AR 72703 CONTACT PMONE 479 452-4000 IF c, No (479)484-5185 E-MAIL INSURERjB]_AFPORDING COVERAGE NAIC N Ir+suRRRA:1Jstited Fire &-Casualty Com an 43021 _INSURERB.Accident Fund ins Go of America INSURERC...GuideOne National iris. CO., _- - INSURER D;_T--�- INS URER E : INCI Iw FR F D c'krt¢WIN Al NJ IURVO— COVERAGES CERl EFiCA) t NUMLstrc: LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED. NOTWITHSTANDING ANY REQUIREMENT. INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. J - - — ' - - - — POLICY CFF POLICY EXP LIMITS 1NSRSU9R TYPE OF INSURANCE y L"+aR POLICY NUMBER 1,000,000 A X COMMERCIAL GENERAL LIABILITY EACH O RRENCI _5 . — -- - DAMAGE TO RENTED 100,000 CLAIMS -MADE �(, OCCUR �( �( !60464842 0712312018. 07123/2019 _ �M Eq EXPAn cne rern S 5,000 PERSONAL 8 ADV INJURY S_1,D00'0o0 2,000,000 c� GEN'LACrGREGATE.LIMIT pPER:-fa-ENERAL_AC'r'REGATE $ _ 2,000,000 POLICY jECT� LOC tPRODUCTS -COMPIOPA 6 OTHER' CDMBI D $iNCiLE LIMrr S 1,000,000 A AUTOMOBILE LIABILITY ! X . ANY AUTO X X i 07/2312018 07123/2019 13OD14Y INJURY Per OWNED SCHEDULED OONLY AUTOS BODILY INJURY graxidant ,•S AUTOS ! TOS ONLY r A"M' ? IPRerecGCert1 MADE AU .. S I A X UMBRELLA LIAB X OCCUR EACH p�GURRENCE 5 2'000'Q6O EXCESS LIAB CLAIMS -MADE 160484842. 07/23/2018 07/23/2019 AGGREGATE S 2,000,000 DED RETENTION $ B WORKERS COMPENSATION PERTUT� OT11- X I 600,000 S AND EMPLOYERS' LIABILITY YIN X WCV6114755 07123/20181 07/23/2019 ANY PROPRIETOR/PARTNER/EXECUTIVE MBER EXCLUDED? 1n IJFI)..., N / A E.L EACH ACCIDENT DI$EJ�y _ EA EMPLOYEE S 5pQra�0 (a.F.QRJfA {Mandatory I} yes, describe under DESCRIPTION OF OPERATIONS below E• E - POLICY Ll n 500,000 C IEXcess Liability C428823 1011212018. 07/2312019 Agg $2,000,0001 Occ. 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES {ACORD 101, Add] donaI Remarks Sehedulu, may be attached If more space is required) Rehabilitation. Re: City of Fayetteville - Drake Field Airport FYV Taxiway B Widening and City of Fayetteville and Garver, LLC are additional insureds primary and non-contributory with regard to General Liability including complete operations and with regard to auto liability when required by written contract. Waiver of Subrogation applies in favor of City of Fayetteville nd Garver, LLC with regard to General Liability, Auto Liability and Workers Compensation when required by written contract. Umbrella Liability extends coverage to additional insured and waiver of subrogation status on urideriyIn9 General Liability, Auto Liability, and Workers Compensation policies. Please refer to the following Forms which apply and are attached: CG7201D717 Extended Ultra Liability Plus Endorsement, IL71051114 Primary and Noncontributory -Other Insurance Condition Endorsement, CA71090117 Business Auto Ultra Endorsement, CA04491116 Primary and Non -Contributory -Other Insurance Condition Endorsement, SEE ATTACHED ACORD 101 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Fayetteville THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y Y ACCORDANCE WITH THE POLICY PROVISIONS. 113 W. Mountain Street Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Construction Contract Change Order Project: Change Order No. 1 FYV Taxiway B Widening and Rehabilitation Fayetteville - Drake Field Airport (FYV) Date Prepared: October 16, 2018 Ci of Fayettvfle Bid 18-43 - Garver Job No. 17041211 Prepared by: Ben Perna, Garver Owner: Contrnstu r: City of Fayetteville Ba1chmark:Construction of NWA, Inc. 113 W. Mountain Street 333 West Poplar Street, Suite A F4yotl1w,&3, AR 72701 Fayettevill AR 72703 Description of Work Included in Contract W,daning teallmmorll, and rehabilitation of Taxiway B north of Truiway D. Changes and Reasons Ordered (List tmilrldaal Changes as: A, B, C, D, etc.) A, Modification of contract quantities to reflect the award of the Base Bid + Deductive Alternative bid schedule. This reflects the work on only north Taxiway B, B. Unit Price based up on the reduction in scope for the deductive alternative. This applies only to lump sum items included in the deductive alternative, C, Base Bid unit prices for all non -lump sum items will govern for the final contract An additional bid item was included to reconcile the total value of the base bid and deductive allemative. Attachments: Bid Bid Unit Original Contract Revised Unit Price Original Revised Contract Item Item of Contract Unit Estimated After Estimated Estimated Chagos No. ❑use•• liar. Measure ❑upnGl Ffice QuantityOBdL1400i Cost Conf B. GP-105 Mobilization _ LS 1 555,67Q.(n� 1 583,070JXl $45,07LL00 $83,070.00 B. SS-120-3�1 5iloPro nWian LS 1 $170,•s70,Q0 1 $147,160.00 $170,470A0 S1�i7.1fiQ00 P. SS-120-3.2 Temporary Haul Road Instalhrlun and Removal LS 1 51IA,5P.QQ 0 SO.OD S11 450.9D 50,00 A. SS-222-5,1 F1aLdRoad Ropalr SY 400 59,.1:l 200 $86.13 534,452.00 517,226.130 B. SS-300-5.1 LcckeuVTwpul and Constant Current Regulator LS 1 $580.00 1 $40,00 $580.00 S40.00 Cafibratlon Procedures Existing Base Mounted L-861T(L) LED Taxiway Edge A. SS-301-5.1 Light and Isolation Transformer, Removed and Stored EA 73 $41.00 56 $41.00 $2,993.00 E26000 forRuinstalletlaR Base Demolished A. SS-301-5.2 Erlsting Lase Mounted Guidance Sign, POInvled EA 7 $179.00 4 5179.00 51.250,00A. SS-301-5.3 Exialin £loclncal CorWult, Cleared of Cable LF 5.000 SO,47 4,OW 50-47 S2.350.OGA. SS-305-5.1 Directional Boring, 2-Way 2"C Polyethylene Conduit LF 175 $63.00 90 $63.00 $11,025,00 Existing Removed L-861T(L) LED Taxiway Edge Light A. SS-310-5.1 and Transformer, Reinstalled on New Base with New EA 73 $1,089.00 W $1,089.00 $79,497.00 $60,984.00 CdM19¢tar Kits A. SS-310-5.2 New Base Mounted L-861T(L) LED Taxiway Edge Light, EA 11 $1,558.00 10 $1,558.00 $17,138.00 $15,580.00 Installed L-858(L) LED Base Mounted, 2-Module Guidance Sign, EA 2 $5,480.00 1 $5,480.00 $10,960.00 $5.480.00 A. SS-310-5.3 Installed A, SS-310-5.4 L-B58(L] LED Base Mounted, 3-Module Guidance Sign, EA 5 $3,232-DO 3 $3,232.00 $16,160.00 $9.696,00 Inslellod B. SS-310-5,5 TomporaryAirfield Lighling LS 1: S5,890.00 1 54D0.CD 55.890.DD 349D.00 A. P-1D1S.1 Pavramanl Removal SY 3,261q S17.26 2,475 $17.26 $55,732.00 $42.718,50 A. P-101-5.2 Cokd Plaing (0 2"] V .2.100 $8,60 1;1DO 15B,60 $18,060.00 S12;040.00 A P-152-4.1 Unci95sifiedExca+alion CY 4... 523,3a. 3,.t00 523.3a $N.196.00 S79.492,00' A. P-152-4.2 Urlatillablo Excavation CY 4,700 $45.79 4,030 $Z.79 $215.213.00 S184,533.70 B. P-156-5.1 ITemp=ry Erosion Control LS 1 S9,720.D0 1 $8,910,00 S4,720.00 :8,910.00 A. P-209-5.1 ICIl.isfledArigregateBase Course (6" Thickness) SY 7,100 S12.77 5,100 $12.77 S90JW7,00 57767.00 A P-101-i3,1a AspralIHot MixSurface coursa TN 2.80D S11M 2,315 $118,00 S33% 00.00 $273,170.00 A. P-403-8.1 Asplillt Hot Mix Base Course TM 1.900 $127.92 1,62D $127 92 $743,04a,00 S207,230.40 A. P-620-5.1a IRa-Way and Tw.irway Pamting(Rafleclive) SF 65.0DO 50.58 32.D00 $098 S63.700.00 $31,-s80.00 A. P-e'f• 5.Ib Runway and Taxrway Painling (No n-RefIv Owe) SF 77.000 $0.63 33,300 $0.63 545,36LLD0 520,079.60 k P-620-5,2 Pavement Marking Removal SF 6801]0 51.14 37.100 $1.14 577•;530:00 547,294.00 A. T-901.5.1 Seeding AC 4 $2,293.00 2 S2,293.00 4917200 54..566.00 A. T-904-5,1 SOCKM SY 5,800 S4.17 5,8i70 i 54.17 $2H;38 M S24.186.00 A, T-905-5.1 Tapselling (4" TI icNnass] SY 29,8DO 54,33 17.800 54,33 $124,704.00 $77.074.OD A. L-108-5.1 No, 6 AWG, 5 kV, L-824, Type C Cable, Installed in LF 7 100 $1.38 5,400 $1,38 $9,798.00 $7,452.00 Trennh, Duct Bank or Conduit No. 6 AWG, Solid, Bare Counterpoise Wire, Installed in A. L-108-5,2 Trench, Above the Duct Bank or Conduit, Including LF 4,750 $1.80 3,650 $1.80 $8.550,00 56,570.00 Ground Rods and Ground Connectors A. L-108-5,3 Trerichiiiq for Direct -Buried Bare Counterpoise Wire, 8" LF 4,900 $1,15 4,150 $1 15 $5,635.00 $4.772.50 Minimum D0plt1 A. L-110-5.1 Non -Encased, Electrical CarWlt, 1-Wa 2"C LF 5,200 S13.85 4,350 513.85 S72,020.00 SOp,247,50 A. L-115-5,1 Corwreto Encased Electrical Junction Structure EA 4 $294.DO 2 $294.00 $1,176.00 $588.00 L-867 Class 1, Size 16" Diameter by 24" Dooh B. SP-C-01a Bontls l.s 1 s2a.29D.00 1 $21.5t10.00. $28.290.00 $21,56000 B. SP-C-01b Insurance LS 1 S11,90D,D0 1 $10,26D:00 S11.900.DD $10,2130.0D C. CC-DI-1 Reconciliation of Viaduct ivo AIIomative LS 0 $0:00 1 S23.770-40 SO -DO $23.775.40 Summation of Cosl $$sO6,00Ti,00 57,571,887,40 Net Cost for thisCharlaeOrder (S434,1018.00) Estimated Project Cost Time Change Estimated Prq eat Cost original Contract Start Dale Original Contract Time (calendar days) To Be Datermms 120 Original Contract Amount (Base Bid) $2,128,310.00 This Change Order (Deductive Alternative) ($434,018.00) A"rtu al Calendar Days granted by this Change Order (30) New Contract Amount $1,694,292.00 New Contract Time (calendar days) 90 Suspended Time New Construction Completion Date To Be Reletmwm THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE Engineer: Garver Project Manager October 113. 2076 Engineers 51 naIu Title Dale ACCEPTED BY CONTRACTOR Contract Si nature 1ltle ale APPROVED BY OWNER _/V1flVr'1 SI{7nalure Ifie Da! �M APPENDIX A-11 TASK ORDER 11 FAYETTEVILLE — DRAKE FIELD (FYV) TAXIWAY B WIDENING AND REHABILITATION (CONSTRUCTION PHASE SERVICES) This TASK ORDER is made as of & f�� b + , Oby and between the CITY OF FAYETTEVILLE of Fayetteville, Arkansas hereinafter referred to as "CITY OF FAYETTEVILLE," and GARVER, LLC, hereinafter referred to as "GARVER", in accordance with the provisions of the AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES executed on Anril 21. 2015. Under this Task Order, the CITY OF FAYETTEVILLE intends to make the following improvements for the FYV Taxiway B Widening and Rehabilitation project. Widen portions of Taxiway B to bring them into TDG 3 standards and rehabilitation of pavement on Taxiway B adjacent to the proposed widening as detailed in the project design. GARVER will provide professional services related to these improvements as described herein. SECTION 1 - SCOPE OF SERVICES GARVER will provide services as detailed in Exhibit A-11. SECTION 2 — PAYMENT For the work described under SECTION 1 - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will pay GARVER on a lump sum and cost plus basis. This task order is contingent upon receipt of sufficient grant funds from the Federal Aviation Administration and/or the Arkansas Department of Aeronautics. The table below presents a summary of the fee amounts and fee types for this contract. WORK DESCRIPTION FEE AMOUNT FEE TYPE Construction Administration Services $35,000 Lump Sum On -Site Construction Observation Services $80,700 Cost + FF Materials Testing Services $17,500 Lump Sum Closeout Services and ALD Update $7,000 Lump Sum Part 139 ACM Exhibit Updates $7,300 Lump Sum TOTAL FEE $147,500 Task Order 11 1 of 3 FYV Taxiway B'Widening and Rehab (Construction Phase Services) Garver Project No. 17041211 Construction Administration Services. Closeout Services and ALn Update, and I'ar1 139 Exhibit U dates: The lump sum amount to be paid under this agreement is $49,300. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit B-11 with approximate current hourly rates for each employee classification. On -Site Construction Observation Services: The CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the unburdened hourly payroll rate of each of GARVER's personnel during the performance of these services for work time directly connected with the project, plus payroll and general overhead costs of 191.29% of the unburdened hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus a fixed fee of $10,357.76. Estimated cost of these services, including the fixed fee is $80,700.00. The actual total fee may not exceed this estimate without approval from the CITY OF FAYETTEVILLE. For informational purposes, a breakdown of GARVER's estimated costs is included iu Exhibit B-11 with approximate current hourly rates for each employee classification. Underruns in any phase may be used to offset overruns in another phase as long as the overall contract amount is not exceeded. Expenses other than salary costs that are directly attributable to performance of our professional services will be billed as follows: Direct cost for travel, long distance and wireless communications, outside reproduction and presentation material preparation, and mail/courier expenses. Charges similar to commercial rates for reports, plan sheets, presentation materials, etc. The amount allowed by the federal government for mileage with an additional $0.05 for survey trucks/vans. Aaterials Testing Services: The CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the unburdened hourly payroll rate of each of GARVER's personnel during the performance of these services for work time directly connected with the project, plus payroll and general overhead costs of 191.29% of the unburdened hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus a fixed fee of $507.72. Estimated cost of these services, including the fixed fee is $17,500.00. The actual total fee may not exceed this estimate without prior approval from the CITY OF FAYETTEVILLE. For informational purposes, a breakdown of GARVER's estimated costs is included in Appendix B with approximate current hourly rates for each employee classification. The CITY OF FAYETTEVILLE will pay GARVER on a monthly basis, based upon statements submitted by GARVER to the CITY OF FAYETTEVILLE indicating the estimated proportion of the work accomplished. Payments not received within 60 days of invoice date will be subject to a one percent monthly simple interest charge. Acklilinnal Services (Fixtra Work). For work not described or included in Section 1 — Scope of Services but requested by the CITY OF FAYETTEVILLE in writing, the CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the rates shown in Exhibit B-11 for each classification of GARVER's personnel, plus overhead, plus 15% profit, plus reimbursable expenses including but not limited to printing, courier service, reproduction, and travel. Task Order 11 2 of 3 FYV Taxiway B Widening and Rehab (Construction Phase Services) Garver Project No. 17041211 SECTION 3 —EXHIBITS 3.1 The following Exhibits are attached to and made a part of this Agreement: 3.1.1 Exhibit A-11 Scope of Services 3.1.2 Exhibit B-11 Rate Schedule & Manhour Tables 3.1.3 Exhibit C-11 Project Exhibit This Agreement may be executed in two (2) or more counterparts each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Approval and acceptance of this Task Order, including attachments listed in SECTION 3 —EXHIBITS, shall incorporate this document as part of the Agreement. Garver is authorized to begin performance upon receipt of a copy of this Task Order signed by the CITY OF FAYETTEVILLE. The effective date of this Task Order shall be the last date written below. CITJOFFA E'1"1"liV1L. - ARKANSAS GARVER1, Digitally signed by Michael J. Griffin Date: 2018.10.12 Bye Bv:14:22� T00' vd Jo E ATTEST: By �' r�g�'I'itic: Senior Vice President City Clerk ��•``C,�•�:Gj� Y •0�.`;G, jj'�. i'fy •....+ G r� JIG 0 i��0 Task Order 11 3 of 3 FYV Taxiway B Widening and Rehab (Construction Phase Services) Garver Project No. 17041211 EXHIBIT A-11 — SCOPE OF SERVICES FAYETTEVILLE — DRAKE FIELD (FYV) TAXIWAY B WIDENING AND REHABILITATION (CONSTRUCTION PHASE SERVICES) 1.1 General Generally, the scope of services includes constriction administration services, on -site constriction observation services, materials testing services, grant closeout services, Part 139 Airport Certification Manual (ACM) exhibit updates, and closeout services for improvements to Taxiway B Fayetteville — Drake Field. Improvements will consists of widening and rehabilitation of the taxiway as outlined in the recently submitted bid documents. 1.2 Construction Administration Services During the constriction phase of work, Garver will accomplish the tasks below. 1.2.1 Corrs.tRICti.un NI'MILWMIleilt MITI Garver will prepare a "Construction Management Plan" to be submitted to the Federal Aviation Administration (FAA) for approval. At a minimum, the plan shall list key construction personnel, qualifications of constriction management personnel, and materials duality assurance information. The plan will be reviewed by the FAA project manager and must be approved along with the final plans and specifications for construction. 1.2.2 Subinittals Garver will evaluate and respond to construction material submittals and shop drawings. Corrections or comments made by Garver on the shop drawings during this review will not relieve Contractor from compliance with requirements of the drawings and specifications. The check will be for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor will be responsible for confirming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction, coordinating his work with that of all other trades, and performing his work in a safe and satisfactory manner. Garver's review shall not constitute approval of safety precautions or constitute approval of construction means, methods, techniques, sequences, procedures, or assembly of various components. When certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, either directly or implied for a complete and workable system, Garver shall be entitled to rely upon such submittal or implied certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents. 1.2.3 i*lotice. to Proceed & Prcconstruction Mcetim Garver will issue a Notice to Proceed letter to the Contractor and conduct a preconstruction meeting. Exhibit A-11 - Scope of Services 1 of 5 FYV Taxiway B Widening and Rehab Construction Phase Services Garver Project No. 17041211 1.2.4 Progress M.eetim, As a minimum, Garver's Project Manager, Project Engineer, and Construction Observer will attend weekly progress mcetings with the Owner and Contractor. It is expected that 15 meetings will be held on -site. Progress meetings and visits to the site of the work should be scheduled to coincide with each new phase of construction, scheduled FAA inspections, and other times when Garver's presence is desirable. Garver's project engineer or his qualified representative will be available at all times work is in progress for telephone contact by the constriction observer. Garver's project engineer shall direct, supervise, advise, and counsel the construction observation personnel in the accomplishment of Garver's duties. 1.2.5 Owner - ordin.ilion Garver will consult with and advise the Owner during the construction period. Garver will provide weekly progress updates to the Owner. Garver will submit, when requested by the Owner, written reports to the Owner on the progress of the construction including any problem areas that have developed or are anticipated to develop. In addition, Garver shall supply to Owner such periodic reports and information as may be required by the FAA, including FAA Fonm 5370-1, Constriction Progress and Inspection Report, or equivalent form to the Owner on a weekly basis. 1.2.6 RFis Garver will issue instructions to the Contractor on behalf of the Owner and issue necessary clarifications (respond to RFIs) regarding the constriction contract documents. 1.2.7 I':ragress Payments Garver will review the Contractor's progress paymment requests based on the actual quantities of contract items completed and accepted, and will make a recommendation to the Owner regarding payment. Garver's recommendation for payment shall not be a representation that Garver has made exhaustive or continuous inspections to (1) check the quality or exact quantities of the Work; (2) to review billings from Subcontractors and material suppliers to substantiate the Contractor's right to payment; or (3) to ascertain how the Contractor has used money previously paid to the Contractor. Garver will prepare requests for monthly and final payments to the Contractor. Quantities of material will be documented based upon actual measurements and computations in a field notebook or computer printouts retained in a folder. These measurements and/or computer printouts will be the basis for payment and available to the Owner upon request. 1.2.8 Payroll Reviews Garver will assist the Owner in the observation of the Contractor's operations for proper classification of workers, review of the Contractor's payroll as necessary to determine compliance with Davis Bacon requirements, and conduct contractor employee interviews to determine compliance with Davis Bacon requirements. Garver will keep the Contractor's payroll records on file demonstrating compliance with the Davis Bacon requirements. In addition, Garver will monitor the contractor's posting of the required EEO notice and provide general oversight of any obvious instance of a segregated work place. Garver will submit Contractor's certified payroll records to Owner with each audit package. 1.2.9 DBE Compliance. Garver will assist the Owner in the review of the Contractor's compliance with the DBE goals established during bidding including preparing the monthly DBE payment log. Exhibit A-11 - Scope of Services 2 of 5 Construction Phase Services FYV Taxiway B Widening and Rehab Garver Project No. 17041211 1.2.10 Audit Package Garver will provide the Owner with a monthly audit package containing that month's quantity book, materials testing log, pay estimate, daily and weekly diary entries, materials tickets submitted by the constriction staff, etc. This audit package will be delivered in digital format (PDF). 1.2.11 Record Drawinos Garver will maintain a set of working drawings and provide information for preparation of record drawings of the completed project. This information will be incorporated into final record drawings completed as part of Closeout Services and final record drawings will be provided to the Owner after project completion. Garver shall prepare a set of utility record drawings and prepare and fttrnish record drawings to local utilities as required. 1.2.12 Change Orders When authorized by the Owner, Garver will prepare change orders or supplemental agreements for changes in the work from that originally provided for in the construction contract documents. If redesign or substantial engineering or surveying is required in the preparation of these change order documents, the Owner will pay Garver an additional fee to be agreed upon by the Owner and Garver. For new contract items, Garver will, prepare an engineer's estimate for the proposed work prior to negotiating with the contractor and will conduct a cost analysis after receipt of the contractor's proposal. 1.2.13 Fin:il hispections Garver will participate in a pre -final walkthrough of each phase of construction with the Owner. Garver will also participate in a final project inspection of each phase with the Owner and Contractor, prepare a punch list, review final project closeout documents, and submit the final pay request. 1.3 On -Site Construction Observation On -Site Construction Observation Services shall be provided by Garver for the for the 90 calendar -day construction contract performance time, plus an additional two (2) weeks for weather and other delays beyond the Contractor's control. Services shall include the following: 1. Provide frill -time resident construction observation services for approximately 50 hours per week for the duration of the contract performance time. if the construction time extends beyond the time established in this agreement or if the Owner wishes to increase the tune or frequency of the observation, the Owner will pay Garver an additional fee agreed to by the Owner and Garver. 2. Provide tip to 10 hours of survey crew time for field checking quantities, contractor's layout, etc. 3. Consult with and advise the Owner during the construction period. In addition, Garver shall supply to the Owner such periodic reports and information as may be required by the FAA 4. As necessary, conduct safety meetings with the Contractor. 5. Coordinate with the firm providing construction materials quality assurance testing. Coordinate with this firm to insure that all material tests required for construction are scheduled and accomplished in a manner that will not delay the Contractor unnecessarily and will meet specification requirements as to location and frequency. 6. Perform intermediate inspections in advance of the final inspection. 7. Maintain a file of quantities incorporated into the work, test reports, certifications, shop drawings Exhibit A-11 - Scope of Services 3 of 5 Construction Phase Services FYV Taxiway B Widening and Rehab Garver Project No. 17041211 and submittals, and other appropriate information. 8. In accordance with FAA AC 150/5370-12A, maintain a project diary which will contain information pertinent to each site visit. 9. Administer the "Construction Management Plan" prepared by Garver. 10. Monitor the contractor's conformance to the approved constriction safety and phasing plan. 11. Prepare a Construction Materials Quality Control Summary to be submitted monthly to the Owner. At a minimum, the sun -unary shall include a list of all tests performed showing the date, location, pass or fail, results of retests, and whether or not the test is eligible or ineligible under the A.I.P. program. The Summary will include a certification that all testing was completed in accordance with the "Construction Management Plan." In perforining construction observation services, Garver will endeavor to protect the Owner against defects and deficiencies in the work of the Contractor(s); but Garver does not guarantee the performance of the Contractor(s), nor is Garver responsible for the actual supervision of construction operations. Garver does not guarantee the performance of the contracts by the Contractors nor assume any duty to supervise safety procedures followed by any Contractor or subcontractor or their respective employees or by any other person at the job site. However, if at any time during construction Garver observes that the Contractor's work does not comply with the construction contract documents, Garver will notify the Contractor of such non-compliance and instruct him to correct the deficiency and/or stop work, as appropriate for the situation. Garver will also record the observance, the discussion, and the actions taken. if the Contractor continues without satisfactory corrective action, Garver will notify the Owner inmrnediately, so that appropriate action under the Owner's contract with the Contractor can be taken. 1.4 Materials Testing Services Through a DBE Subconsultant, Garver shall provide the quality assurance testing for the project as required by the Plans and Specifications in accordance with FAA and the Owner's requirements. 1.5 Grant Closeout Services At the conclusion of construction, Garver will assist the Owner with project closeout by providing a final project report which will include all necessary documents required for FAA grant closeout. Closeout documentation will be provided within 90 days of the final payment to the Contractor. Garver will also update the airport's ALD to show the realigned and widened taxiway as "existing" and coordinate the submission of the updated ALD through OEAAA. Exhibit A-11 - Scope of Services 4 of 5 Construction Phase Services FYV Taxiway B Widening and Rehab Garver Project No. 17041211 1.6 Part 139 Airport Certification Manual (ACM) Exhibit Updates Garver will revise the following exhibits based upon comments received as part of the Part 139 review of the Owner's Airport Certification Manual (ACM). 1. Airfield Signage Plan 2. Airfield Marking Plan 3. Runway Safety Area Exhibit 4. Grid Map Revised exhibits will be submitted to the Part 139 Inspector for review and comments received from the review will be incorporated. Garver will provide the Owner with printed copies of the final exhibits for inclusion into their ACM. 1.7 Project Deliverables The following will be submitted to the Owner, or others as indicated, by Garver: 1. One hard copy set of Record Drawings to Owner. 2. One hard copy set of Record Drawings to the FAA. 3. One hard copy set of revised ACM exhibits. 4. Electronic files as requested. 1.8 Extra Work The following items are not included under this agreement but will be considered as extra work: 1. Submittals or deliverables in addition to those listed herein. 2. Services after construction, such as warranty follow-up, or operations support. Extra Work will be as directed by the Owner in writing for an additional fee as agreed upon by the Owner and Garver. Exhibit A-11 - Scope of Services 5 of 5 FYV Taxiway B Widening and Rehab Construction Phase Services Garver Project No. 17041211 APPENDIX B-11 FYV TAXIWAY B WIDENING AND REHAB - CPS Garver Hourly Rate Schedule: July 2018 - June 2019 Classification Rates Engineers 1 Architects E-1 .......................... ............ .. ........ - .. ..... $ 35.00 ...... $ 40.60 E-3.................:............................................................. $ 49.10 E� -....- ............................. .. $ 57.40 E-5 ........................................................................... $ 70.00 E-6...................*.._....................................................... $ 87.80 E-7......--....................._..... • .......................... $ 116.70 Planners I Environmental Specialist .......... P-1...................................... ............................ ........ ...... $ 42.20 P-2...................... ..................................... $ 52.90 P-3..................................................... ............... ........_.. $ 65.80 P-4 .. ................. ..... ................................. ._ ............. $ 75.00 P-5 ......... .. • •-•-------• .......... ......... ... --- $ 86.70 P-6 ......................... ._.....-.- .1...I................ .I——...... $ 99.00 P-7........... ......... ................................ ....... ................ S 119.60 Designers D-1............................................................................... $ 32.70 D-2............................................................................... $ 38.30 D-3............................................................................... $ 45.50 D-4............................................................................... $ 52.90 Technicians T-1 _.._....... ---- ................ $ 25.50 T-2 -.:_..::.............. ...................... ....................... $ 32.30 T-3.......................... .......................... $ 39.40 Surveyors S-1..........................................._................................_... $ 15.65 S-2................................................. ........ ...................... $ 20.65 S-3............................................................................... $ 27.80 S-4...... .................................................... ....------- •-........ $ 39.90 S-5........................................................................... $ 52.90 S-6.............................................................. •---••----... $ 60.20 2-Man Crew (Survey)....................................I.....:............ $ 60.55 3-Man Crew (Survey) .............................. ............ :......... - $ 76.20 2-Man Crew (GPS Survey) ................................................ NA 3-Man Crew (GPS Survey) .................. ........................... NA Construction Observation C-1 ...... .................... :,............................. :................. .. $ 30.80 C-2..:........................................... .........,_.... ........... ..... $ 39.60 C-3.................._......... .............. ____ ............. ....... ...... $ 48.50 C-4.................................... ......................................... $ 59.60 Management 1 Administration M-1............................................-..--.............................. $ 119.60 X-1............ ................................................................... $ 20.00 X-2................-............................................ $ 27.20 X-3.............................................................................. $ 37.90 X7----- ........................................................... .------- :..... $ 48.30 X.......................... ..... ..... .......... ..-......... .................. $ 59.30 X-6... ..... ................ .............. :....................................... $ 75.60 X-7-,................................................................................ $ 90.00 A Jrpnmenk for Professiorml Service% FYV Taxlway 13 Wideneig end ROmb- COS. Garver Project No. 17041211 APPENDIX B-11 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHAB CONSTRUCTION ADMINISTRATION PHASE SERVICES WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-1 T-1 C-1 $57.40 $49.10 $40.60 $35.00 $32.70 $25.50 $30.80 hr hr hr hr hr hr hr 1. Construction Administration 1.2.1 Construction Management Plan 4 4 16 8 1.2.2 Submittals 8 16 24 1.2.3 Notice to Proceed & Preconstruction Meeting 8 8 8 1.2.4 Pro ress Meetings (15) 20 20 1.2.5 Owner Coordination 4 12 1.2.6 Requests for Information (RFI) 2 10 8 1.2.7 Monthly Progress Payments 3 3 1.2.8 Payroll Reviews 3 3 1.2.9 DBE Compliance Reports 3 3 1.2.10 Audit Package 3 3 1.2.11 Record Drawings 4 6 24 1.2.12 Change Orders 4 10 1.2.13 Final Inspection and Punchlist 8 12 16 Subtotal -Construction Administration 14 0 96 98 0 48 32 Hours Salary Costs 14 $803.60 0 96 98 $0.00 $3.897.60 $3,430.00 SUBTOTAL - SALARIES: $10,340.80 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $19,780.92 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $30.03 Postage/Freight/Courier $30.00 Travel Costs (20 trips @ $15/Trip) $300.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $360.03 SUBTOTAL: $30,481.75 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $4,518.26 TOTAL FEE: $35,000.00 0 48 32 $0.00 $1,224.00 $985.60 APPENDIX B-11 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHAB ON -SITE CONSTRUCTION OBSERVATION SERVICES WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 2-Man Crew (Survey) T-1 C-1 $57.40 $49.10 $40.60 $35.00 $60.55 $25.50 $30.80 hr hr hr I hr hr hr hr 1. On -Site Construction Observation Resident Construction Observation (15 weeks 50 hr/week) 750 Field Checking Quantities, Contractor's Layout 10 Subtotal - On -Site Construction Observation 0 0 0 0 10 0 750 Hours 0 0 0 Salary Costs $0.00 $0.00 $0.00 SUBTOTAL - SALARIES: $23,705.50 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $45,346.25 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $64.71 Postage/Freight/Courier $25.78 Travel Costs (80 trips @ $15/T(p) $1,200.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $1,290.49 SUBTOTAL: $70,342.24 SUBCONSULTANTS FEE $0.00 PROFESSIONAL FEE $10,357.76 TOTAL FEE: $80,700.00 0 10 0 750 $0.00 $605.50 $0.00 $23,100.00 APPENDIX B-11 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHAB MATERIALS TESTING SERVICES WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-1 T-1 X-2 $57.40 $49.10 $40.60 $35.00 $32.70 $25.50 $27.20 hr hr hr hr hr hr hr 1. Materials Testing Services Coordination with Materials Testing Firm 10 4 Report Review 10 6 Subtotal - Materials Testing Services 0 0 20 10 0 0 0 Hours Costs SUBTOTAL - SALARIES: LABOR AND GENERAL ADMINISTRATIVE OVERHEAD DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly Postage/Freight/Courier Travel Costs 0 0 $0.00 $0.00 $1,162.00 $2,222.79 $107.49 $0.00 $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $107.49 SUBTOTAL: $3,492.28 SUBCONSULTANTS FEE: $13,500.00 PROFESSIONAL FEE $507.72 TOTAL FEE: $17,500.00 20 10 $812.00 $350.00 0 $0.00 0 0 $0.00 $0.00 APPENDIX B-11 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHAB PART 139 ACM EXHIBIT UPDATES WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-1 T-1 X-2 $57.40 $49.10 $40.60 $35.00 $32.70 $25.50 $27.20 hr hr hr hr hr hr hr 1. Part 139 ACM Exhibit Updates Airfield Signage Plan 1 4 8 Airfield Marking Plan 1 4 8 Runway Safety Area Exhibit 1 4 8 Grid Map 1 4 6 Incorporate Comments from Airport 2 6 Subtotal - Part 139 ACM Exhibit Updates 4 0 18 0 36 0 0 Hours Salary Costs SUBTOTAL - SALARIES: LABOR AND GENERAL ADMINISTRATIVE OVERHEAD DIRE -CT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly Postage/Freight/Courier Travel Costs SUBTOTAL - DIRECT NON -LABOR EXPENSES: SUBTOTAL: SUBCONSULTANTSFEE: 4 $229.60 0 18 $0.00 $730.80 $2,137.60 $4,089.02 $139.39 $0.00 $0.00 $139.39 $6,366.01 PROFESSIONAL FEE $933.99 TOTAL FEE: $7,300.00 0 36 0 0 $0.00 $1,177.20 $0.00 $0.00 APPENDIX B-11 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHAB GRANT CLOSEOUT SERVICES WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-1 T-1 X-2 $57.40 $49.10 $40.60 $35.00 $32.70 $25.50 $27.20 hr hr hr hr hr hr hr 1. Grant Closeout Grant Closeout Documentation 2 12 16 ALD Update 4 8 State Grant Applicalion 2 2 8 Subtotal - Grant Closeout 4 0 18 24 8 0 0 Hours Salary Costs 4 $229.60 0 18 24 8 0 0 $0.00 $730.80 $840.00 $261.60 $0.00 $0.00 SUBTOTAL - SALARIES: $2,062.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $3,944.40 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $92.64 Postage/Freight/Courier $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $92.64 SUBTOTAL: $6,099.04 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $900.96 TOTAL FEE: $7,000.00 4 1 NMI Taxiway B Rehabilitation r_ += Taxiway B Widening s FAYETTEVILLE - DRAKE FIELD FIGURE NUMBER FAYETTEVILLE, ARKANSAS �+ Taxiway B Widening and PROJECT EXHIBIT C-1 I Rehabilitation 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 185-18 File Number: 2018-0419 TAXIWAY B REHAB GRANT APPLICATIONS: A RESOLUTION TO AUTHORIZE APPLICATIONS FOR TWO FEDERAL AVIATION ADMINISTRATION 90/10 GRANTS FOR COMPLETION OF CONSTRUCTION PHASE SERVICES AND PROJECT CLOSEOUT ASSOCIATED WITH THE TAXIWAY B WIDENING AND REHABILITATION PROJECT IN THE ALTERNATIVE AMOUNTS OF $2,072,169.00 AND $1,652,878.00, AND TO AUTHORIZE MAYOR JORDAN TO EXECUTE THE GRANT AGREEMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section l: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to submit applications for two Federal Aviation Administration 90/10 Grants for completion of construction phase services and project closeout associated with the Taxiway B Widening and Rehabilitation Project the, alternative amounts of $2,072,169,00, based on the full project cost, and $1,652,878,00, based on the full project cost with deductive alternates, and further authorizes Mayor Jordan to execute the grant agreement when received. PASSED and APPROVED on 8/21/2018 Attest: i�� • 'w ! Ill Sondra E. Smith, City Clerk Tr rpil' RE1s rfr 0 Or Page 1 Printed on 8122118 > Cl- \ m < e m \ ( � f _ \ § k 2 2 2 2 d m # 7 %Ln § f / .¥ ƒ a)/ \ / E _ / [ .g \ % ° / / E / ¥ / R u �ƒu2e\� o ' k 7 u w 2 cu > u u G w f m t f) r" § ft @ �L�3 Ln /��2"t2±w BENCCON-01 A� O CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 10/12/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such oNndorsement(s). .. ............. CAMACT PRODUCER N _ BHC Insurance CNN �._); (479) 452-4000 FAx 479 484-5185 5500 Euper Lane IA1C,.No.)r[ 1 P.O. Box 3529 ar�EsS: .__..... Fort Smith, AR 72913-3529 INSURERM AFFORDING COVERAGE NAIC # INSURED Benchmark Construction Company of NWA, Inc. 333 W. Poplar, Ste. A Fayetteville, AR 72703 INSURER A: United Fire..& Casualty Company._ �113021 LiNsuReR e:Accident_Fund Ins Co of_AM rim I10166 .._ INSURERC:GuldeGne Nativna Ins. Co. _-- INSURER D :_ _. ----------- INSURER E INSURER F : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR I ADDUSUBR� POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE I D ^ POLICY NUMBER .� IMMIDD1YYri1 lMMIDDlYY_YY! A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE .. s _ 1.'000r004} _ !CLAIMS -MADE J OCCUR DAMAGE TO RENTED X X �60464842 07/23/2018 07/23/2019 _�A21gSlEdocctr S 100,000 5,000 ED . MEXP JAn one person) S -... 1,000,000 PERSONAL & ADV INJURY S 2,000,000 AGGREGATE LIMIT APPLIESPER GENERAL AGGREGATE S Z,000,OOOamPOLICY. )] OTHER' A AUTOMOBILE LIABILITY S 0 SINGLE LIMIT J%=1,000-000 I nl] g- - X ANY AUTO X X 60464842 07/23/2018 07/23/2019 .BODIL_Y_)NUURY{PW person S OWNED SCHEDULED F AUTOS ONLY I� AUTOS BODILY_INJURY 1pff accidwA)i. S ... ALTEE �� .{7y V I er ntDAMAGE S ODS ONLY A11TD5 ONLY . —?— S A X UMBRELLA LIAB X � OCCUR EACH OG 1CLIRRENCE S _, 2,000,000 EXCESS LIAB CLAIMS-MADE160464842 07/23/2018 07/23/2019 AGGREGATE s.... 2'000'U00 DED RETENTION S _ ... S B WORKERS COMPENSATION X ,TATUT LOT R AND EMPLOYERS' LIABILITY Y N. '- '""' 1iNCV6114755 07/23/2018 07/23/2019 X E.L. EACH ACCIDENT S 500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE FFICER/MEMBER EXCLUDED? N / A 500,000 {Mandatoryin NH)- ELDISEASE - EA EMPLOYEE. S If yes, describe under DESCRIPTION OF OPERATIONS below _ E l.. DISEASE - POLICY LIMIT S 500,000 C Excess Liability IC428623 10/12/2018 07/23/2019 Agg $2,000,0001 Occ. 2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES 1ACORD 101, Adifdianal Remarks Schedule, may be attached if more space is required) Re: City of Fayetteville - Drake Field Airport FYV Taxiway B Widening and Rehabilitation. City of Fayetteville and Garver, LLC are additional insureds primary and non-contributory with regard to General Liability including complete operations and with regard to auto liability when required by written contract. Waiver of Subrogation applies in favor of City of Fayetteville rid Garver, LLC with regard to General Liability, Auto Liability and Workers Compensation when required by written contract- Umbrella Liability extends coverage to additional insured and waiver of subrogation status on underlying General Liability, Auto Liability, and Workers Compensation policies. Please refer to the following forms which apply and are attached: CG72010717 Extended Ultra Liability Plus Endorsement, IL71051014 Primary and Noncontributory -Other Insurance Condition Endorsement, CA71090117 Business Auto Ultra Endorsement, CA04491116 Primary and Non -Contributory -Other Insurance Condition Endorsement, SEE ATTACHED ACORD 101 - _.._...... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fayetteville ACCORDANCE WITH THE POLICY PROVISIONS. 113 W. Mountain Street Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 010700 - PERFORMANCE BOND 1. NOTIFICATION The Surety's obligation under this Bond shall arise after: Doc ID: 018258300010 Type: LIE Kind: PERFORMANCE BOND Recorded: 10/15/2018 at 02:43:02 PM Fee Amt: $60.00 Page i of 10 Washington County, AR Kyle Sylvester Circuit Clerk 1.1 The Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Default. Such notice shall indicate that the Owner is requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor's performance. Unless the Owner agrees otherwise, any conference requested under this Paragraph shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor, and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; 1.2 The Owner declares a Default, terminates the Construction Contract and notifies the Surety. Notice to the Surety, the Owner, or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Failure on the part of the Owner to comply with the notice requirement shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. 2. SURETY'S ACTIONS When the Owner has satisfied the conditions of Paragraph 1, the Surety shall promptly and at the Surety's expense take one of the following actions: 2.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; 2.2 Undertake to perform and complete the Construction Contract itself, through its mutually acceptable agents or independent contractors; 2.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 3 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or 2.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 2.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or 2.4.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. FYV Taxiway 6 Widening and Rehabilitation 010700-1 Garver Project No. 17041211 3. SURETY OBLIGATIONS If the Surety elects to act under Paragraph 2.1, 2.2, or 2.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication for: 3.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 3.2 additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 2; and 3.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 4. SURETY DEFAULT If the Surety does not proceed as provided in Paragraph 2 with reasonable promptness, the Surety shall be deemed to be in default on this Bond ten days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Paragraph 2.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 5. PROCEEDINGS Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be applicable. 6. STATUTORY REQUIREMENTS When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereto and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. FYV Taxiway B Widening and Rehabilitation 010700-2 Garver Project No. 17041211 7. PERFORMANCE BOND CERTIFICATE KNOW ALL MEN BY THESE PRESENTS: THAT WE, Benchmark Construction of NWA, Inc. Bond #9878365 as Principal, hereinafter called "Principal', and Westfield Insurance Company P. O. Box 5001 Westfield Center . State of Ohio as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", in the amount of: One Million Six Hundred Ninety Four Thousand Two Hundred Ninety Two and no/100ths Dollars ($ 1,694,292.00 }; 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 . 20. a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "FYV Taxiway B Widening and Rehabilitation" NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract, including without limitation the maintenance warranty thereof, 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. This bond is executed pursuant to the terms of Arkansas Code Annotated §§ 18-44-501 et. Seq,, as amended. Executed on this day of , 20 FYV Taxiway B Widening and Rehabilitation 010700-3 Garver Project No. 17041211 SEAL Principal: Benchmark Construction of NWA, Inc. By: Signature Print Name and Title SEAL Surety: WT ield Insurance Company A_ in -Fact - Signature Scott R. Clark, Attorne -In-Fact Attomey-in-Fact - Print Name and Title P. O. Box 5001 Westfield Center, OH 44251-5001 Surety Address forgiving Notices 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. FYV Taxiway B Widening and Rehabilitation 010700-5 Garver Project No. 17041211 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 12/08/17, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 0320052 04 Power Westfield insurance Co. of Attorney Westfield National insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as 'Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, SCOTT WHITTENBERG, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - . - . - . - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appolrrtmeht is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and Is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this Oath day of DECEMBER A.D., 2017 . �µ„R,f11Y� ,, Y15111,.,,,, ,„ff11Y f11., Corporate Y {7NA1 111 WESTFIELD INSURANCE COMPANY Seals �a�y' V tiI 1�`-1 '"' =�'� •` ,.. %a WESTFIELD NATIONAL INSURANCE COMPANY Affixed�v: A. :yo 'krJ: '•:A = �e^ OHIO FARMERS INSURANCE COMPANY .O SEAL '� : r- SEALz Sca: •.....� ....: • �f, * By: State of Ohio """` Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this Oath day of DECEMBER A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal R\ A !~ Affixed �P:'• • S s: z^ • - David A. Kotnik, Attorney at Law, Notary Public State of Ohio _ sno My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: y �� rC 0 V I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereo° I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of Y,•f••„Ygliflf OF ti • ..11, „ „r r,, ,,.Iw If1111,r l• A� :S C$ � __tea.: . va :_ z '�Y.•" %r� ?y ��. SEAL .r _ _, '�►�Iutr��fQ..� �. _ SEAL 11348 Secretary Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) 010720 - PAYMENT BOND 1. NOTIFICATION Bond #9878365 The Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in the Bond Certificate) of claims, demands, liens, or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, and tendered defense of such claims, demands, liens, or suits to the Contractor and the Surety. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. When the Owner has made notification, the Surety shall promptly and at the Surety's expense defend, indemnify, and hold harmless the Owner against a duly tendered claim, demand, lien, or suit. The Surety's obligations to a Claimant under this Bond shall arise after Claimants have furnished a written notice of non-payment to the Contractor, Surety, or Owner, stating with substantial accuracy the amount claimed and the name of the party to whom the materials, labor, or equipment was furnished or supplied. It is sufficient if a notice of non-payment is given to the Contractor by the Owner. 2. SURETY'S OBLIGATION When a Claimant has satisfied the conditions of Paragraph 1, the Surety shall promptly and at the Surety's expense take the following actions: 2.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and 2.2 Pay or arrange for payment of any undisputed amounts. 2.3 The Surety's failure to discharge its obligations under Paragraph 2.1 or 2.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Paragraph 2.1 or 2.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. 3. DEDICATION OF BOND FUNDS Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. FYV Taxiway B Widening and Rehabilitation 010720-1 Garver Project No. 17041211 4. OTHER OBLIGATIONS The Surety shall not be liable to the Owner, Claimants, or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on behalf of Claimants, or otherwise have any obligations to Claimants under this Bond. 5. PROCEEDINGS No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety. or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 6. STATUTORY REQUIREMENTS When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereto and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. FYV Taxiway B Widening and Rehabilitation 010720-2 Garver Project No. 17041211 7. PAYMENT BOND CERTIFICATE KNOW ALL MEN BY THESE PRESENTS: THAT WE, Benchmark Construction of NWA, INC. as Principal, hereinafter called "Principal', and Bond #9878365 Westfield Insurance Company, P.O. Box 5001 Westfield Center . State of Ohio as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", in the amount of. One Million Six Hundred Ninety Four Thousand Two Hundred Ninety Two and no/100ths Dollars (; 1,694,292.00 j 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 , 20 , a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "FYV Taxiway B Widening and Rehabilitation" 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. This bond is executed pursuant to the terms of Arkansas Code Annotated §§ 1844-501 et. Seq., as amended. Executed on this day of , 20 FYV Taxiway B Widening and Rehabilitation 010720-3 Garver Project No. 17041211 SEAL Principal: Benchmark Construction of NWA, Inc. By: - Signature Print Name and Title SEAL Sur4rAftomey6in-Fact eld Insurance Company -Signature Scott R. Clark, Attorney -In -Fact Attorney -in -Fact - Print Name and Title P. O. Box 5001 Westfield Center, Ohio 44251-5001 Surety Address forgiving Notices 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. FYV Taxiway B Widening and Rehabilitation 010720-5 Garver Project No. 17041211 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 12/08/17, FOR ANY PERSON OR PERSONS NAMED BELOW. GeneralPOWER NO. 0320052 04 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, SCOTT WHITTENBERG, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - . - - - - - _ - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-In-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and,all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and CH10 FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 08th day of DECEMBER A.D., 2017 . Corporate ...,, Seals S ..... `'a�t�� ��."vsL:` rWESTFIELD INSURANCE MPANY WESTFIELD NATIONAL INSURANCE COMPANY Affixed 3v; .ra+ O r +`�: '.� � ? .••�'•�+'• � OHIO FARMERS INSURANCE COMPANY � �y ;SEAL •'" _ ' �KARiFIf�p IC a r7- CD as ran�i" : to = -- : 18413 State of Ohio Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 08th day of DECEMBER A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial •„,,,,, ,,,,,,, •� Seal R1 A L k Affixed • David A. Kotnik, Attorney at Law, Notary Public State of Ohio 0 � All p My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: e 4 rC of °.• I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of �k AA SEAL := :M= AMi�� a a secretary 1848 �• : •# : Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number AIRPORT SERVICES (760) 2018 /Org2 Requestor: Dee McCoy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A ba is needed to accept a 90-10 grant from the FAA for the Taxiway B Widening & Rehab project in the amount of $1,652,878.00. The Aviation Division may expend up to $378,593.20 of fund balance reserve, $193,914.00 to match the 10% of the total project cost plus any non-AIP eligible expenses (Owner's Protective Insurance) and a 10% project contingency of the approved project budget, or $184,679.20. A separate ADA grant for the remaining 10%, minus the cost of the additional Owner's Protective Insurance, will be pursued at the completion of the project. It is estimated that thic arant %mill rnvar C1Rq FSa nn of tha tntal tha annrnvari hiiHaint fnr tha nrniart COUNCIL DATE: 1 1 /8/2018 LEGISTAR FILE ID#: 2018-0597 L (nor H UtGlwww 1012212018 10:06 AM Budget Director Date TYPE: DESCRIPTION: RESOLUTION/ORDINANCE I GLDATE: POSTED: TOTAL Account Number 2,031,471 2,031,471 Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub AT v.20180627 Account Name 5550.760.3960-5314.00 2,031,471 - 31704 1801 EX Professional Services - : 5550.760.3960-4309.00 5550.760.3940-4999.99 - - 1,652,878 378,593 31704 1801 RE RE Federal Grants - Capital Use Fund Balance - Current H:\Budget Adjustments\2018_Budget\CITY_COUNCIL\2018-11-08\2018-0597 BA Taxiway B Rehab -Construction 1 of 1 M U O m a� E U U) O O � L (� (M� L ^W LL c� �LL �r) >o -U U) o c� J 7 Q al �� r L ) 0 o0- O N J p CmN_ � N 0 Q o0 m� � co >U) LL O U) 0- M-0 O U � O L O � E CU E LU (3) Q m U) o 57<Q \~ U LL c0 0_ vi O N_ E � ca O m o� N 6 J Q TAXIWAY B WIDENING AND REHABILITATION FAYETTEVILLE -DRAKE FIELD AIRPORT (FYV) FAYETTEVILLE, ARKAN AS r- A\/ r T T r• \ III I r- r\ r\ A l/ r r l r l r\ LOCATION MAP CITY OF FAYETTEVILLE A KAN AS EXIT 61 FAYETTEVILLE CITY LIMITS EXIT so_/ �... 0 v LIMITS OF _ CONSTRUCTI rGREENLAND PROJECT SITE EXIT 58 ITY LIMITS FAYETTEVILLE - DRAKE FIELD AIRPORT ►LS /V S . LIMITS OF CONSTRUCTION © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) LLI 0 LU Q 0 LNLI LL CITY OF FAYETTEVILLE ARKANSAS VICINITY MAP LU (Dz � wa AIP 3=05=0020=046=2018 �o< 3m wa� >� GARNER PROJECT NO. 17041211 �� < LLJ JUNE 2018 ;mow �� ALL. �< 2049 E. Joyce Blvd. Suite. 400 Fayetteville, AR 72703 (479) 527-9100 COVER SHEET JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1.. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-101 a) U) LL J SHEET 1 NUMBER M U Q ° 0 a� E U O '0 m � Q LL �0 °0 cn cU J Q � I Q� rn r L r � 00 O o d N � d co M O N M00 U)o N co CD N O7 CD M U) 0 N O O 0- 0 >m N U >U) LL 0 M � U � O 0 ° E �U w E Q m cn o X Q (Q \~ U 7O L LL w cl � N N L � O O m ti o N O J CL a� LL J © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. m z O a U w 0 w Q 0 w CITY OF FAYETTEVILLE ARKANSAS W Q z0 Z � 0 W Q —1 oL > J —1Q 45 M-103 PAVEMENT MARKING PLAN III 46 M-104 PAVEMENT MARKING PLAN IV 47 M-105 PAVEMENT MARKING PLAN V 48 M-106 PAVEMENT MARKING PLAN VI 49 M-107 PAVEMENT MARKING DETAILS 11 > O cn Z J � L � O N a N_ co d C N � N r N CO CO CO r Q > N m cf) � N co ca J -0 O J M O co Lq N m� ~ U >c/) ILL 0 � U � O 0 O �E �U Ew a)Q m cn �0 � o �a •� Q ~ U L LL + ui N i O m �-0 N O J E a� ILLJ K ,c .•'1'f r M t w' 1r •�. cb 'S!" • •rP' iL D A w n y T"; r.. `_ .. Ir 4..:i :•�• ,_.,-.. - - srf�,�, ,r.. is .� .• ,- _ F' . .� :. ::. a . � ;.. s A" ., �,,.,, �� ' � \ '. :-r:.'r a y z -/„-.: r.•'�'+ -A�_ . ,.r "^rlf .. -`.� h7i�t4 s r r �. ♦.Y.. r-•- r` ,r,r�-r.. �'. _,.. T,,: fir, .. •v _ f i.. r I n �. t , .�.�IL c - r i x f A y T 7 � Gr , t .+:-..'- ,.it :"„ :j•-': ,a��� � -;� ' - •. - : err' : FF Aw >G M , ,z . .I •s x a I s I r a y, ate. � .. - - ♦-.:'-`=- .,,.:. _.. .. .:_ ,- .. .- ..u' Y 1 i h <, 0 s -•ate .,r«._ . ,..y _ • �'. . �,. ,.,, :: ��. r,. e , . a. fi m : , U 310sw low, r "hc No . or A1. , r y u , sir•.. � M d 6 y xun , •wr t _alkVe it it $ ,SI bi i fi 1 i d _ .,.. i .. ' � ,. Tar a.- r �v �.-� I K +1� .., ,� .+5•-r/ri 3 ,ar�p� �ut s 1 , ` � ,,, _ _, _..... : ,:>ta � >-. .::`' '-, ,> ..ter •s„•,y. -. , x rT z91t <r A p. fir. � r -j- rrn A. .� .. - t?d � -_ _ <. _- _._, X'.. - ..,:.r. a ,:: -,,- `mot.,, ,...-, ...: r ;,: _ .. „ . _ .,. ;.., _'� - _ - G- � f-: _ l; ..- - � _ <.. .. .. _ ,_ _ . +fie.; _, _ ' ^y_ p_ - :•�:�;. ° •3 .. � 1. - .-. .: _ ,. N i -- -.. , c .,-... _. _ k. � )tF "T,. �•- - x � .;�' . Er- ..." �. .. _ .. it :. :�. M .. i., •.•CY .- .- �-. .- :, 4... ..,. 'yFV low 0 �- :. .' ) I , - ::: ' -:. 1" / _e:.: .. ,-a+`. . ., s. , ,. -. :.. �[ , •�, ,`'�w, 'i:: REV.. ,i !. '�F 1 -.. ! �+r,y- ,j fi 5 .44 ++ <;4 -� ' ,a. •y, r `r AN " • f :✓::. r`_,.M.., ,i r 71 h , "5 ,i8•,x. y n,.. ' e. : sj s .. - .''.. , •> Al Y M ♦ .s ra 1 � � vs �. , r♦ >Rou .. ;.. NO - - , • _ � ,...7 },'a.. +� �+. .,, ' :!s aw .� >G „• y �i .I i ,, •-,♦. , � c - ♦:.,`SM1:!' : ?+. - s « �' L'"�1%"+ , - , e '• ,.`-,,;,�'•' .,. - �,,. �` : "'.�::.7 4*ta,sr:,,i,. "i�> ',Y•� - - `� ,� 77#.t - > � „ - _ a! n - " • � �� FYV 1 _ � TERMI:NA T,., -310 1 r A FYV2: >t ` TW B SOUTH STA. 200+00.00 PHASE C TERMINAL 1 NORTHING = 612910.63 :- APRON 0+00 m �, �: ,, ,. ,. _ :..♦.,. EASTI N G = 670668 97 ____---- --__ - 1 t TW B o TW B CD 200+00 w TW B NORTH STA. 100+00.00 rt ++ � u NORTHING = 616402.50 No H EASTI N G = 669988.77 206+09 RUNWAY 16-34 TW B SOUTH STA. 206+09.19 NORTHING = 612638.12 EAST I N G = 671026.48 q a. `i rk a w t + - S,€ ,• r " $.� » �r.,� � •� �� �,s-1� �.. !rip .� _ ' -ems; A'- ...ram a.. t Jill 4 7;1 - s ;• i s> SURVEY CONTROL DATA POINT NO. NORTHING EASTING ELEVATION DESCRIPTION FYV1 615100.49 670006.61 1243.80 NGS FYV2 616338.51 669931.86 1249.21 NGS T-310 616918.06 669385.14 1263.10 NGS ELEV DOES NOT CHECK VERY WELL U-310 611547.44 669060.63 1247.73 NGS BASIS OF ELEVATION TW G FOREST SERVICE DEVEL OPMENT ;AREA 04+00 108+00 � 112+00 116+00 120+00 � U -�m PHASE B ITEMS OF WORK LO co N L TW B NORTH STA. 123+55.10 TW A NORTHING = 618506.14 EAST I N G = 670014.44 f O�• 1p `•"` vyoM;.._. ,, '>!a __�' -4,A'ik. ( __ ,�•:. .. y ^ a� =fir t •' �,�' . •�J � i�� � t •�� ..�?*". v o WORK ITEMS IN THE BASE BID INCLUDE, BUT ARE NOT LIMITED TO, THE FOLLOWING: 1. INSTALL BARRICADES AND INSTALL EROSION CONTROL DEVICES. 2. REMOVE EXISTING ASPHALT TAXIWAY PAVEMENT, EDGE LIGHTS, DRAINAGE INLETS, PAVEMENT MARKINGS AND DISPOSE AS DESCRIBED IN THE PLANS. 3. INSTALL TEMPORARY PAVEMENT MARKINGS 4. CONSTRUCT PROPOSED ASPHALT TAXIWAY PAVEMENT SECTIONS. 5. CONSTRUCT PROPOSED DRAINAGE AND GRADING. 6. CONSTRUCT PROPOSED LIGHTING SYSTEM AND SIGNAGE. 7. CONSTRUCT PROPOSED PAVEMENT MARKINGS. WORK ITEMS FOR DEDUCTIVE ALTERNATE 1 INCLUDE, BUT ARE NOT LIMITED TO, THE FOLLOWING: 1. INSTALL BARRICADES AND INSTALL EROSION CONTROL DEVICES. 2. REMOVE EXISTING ASPHALT TAXIWAY PAVEMENT, EDGE LIGHTS, DRAINAGE INLETS, PAVEMENT MARKINGS AND DISPOSE AS DESCRIBED IN THE PLANS. 3. INSTALL TEMPORARY PAVEMENT MARKINGS 4. CONSTRUCT PROPOSED ASPHALT TAXIWAY PAVEMENT SECTIONS. 5. CONSTRUCT PROPOSED DRAINAGE AND GRADING. 6. CONSTRUCT PROPOSED LIGHTING SYSTEM AND SIGNAGE. 7. CONSTRUCT PROPOSED PAVEMENT MARKINGS. ' R ,yam 7 a. w _ W-15" v. c ' r. 'r{ gp , 1g ri > '� - �:�•: +ram' ram. $ * ti - i. ?y.♦ � 1 4 -: 1.w l !p •f 1 300 600 900 1 1 1 �.-.- ♦ t �•,�"'` 1 � � 0 150 Y .r �' s�y 't M' 7•' it :, a 'rfi M w., S a-� IN FEET d. c: , � s ( �k ..tt lrr �5 p g• ry M i ,e< ate' / '"'z : r ll F� I J Y, b ti d' "At } o 0 2017 GARNER LLC �41era. $- i 7.THIS DOCUMENT ALONG WITH THE ,'+���t< w, •fl-' • • r `�' .:.; �� '"eY- w + r; ,,r.. s;: r; - : ' IDEAS AND DESIGNS CONVEYED .. < . "•,ice `-�„ :. , HEREIN SHALL BE CONSIDERED h Vi� "i >r+✓ : .t :.' va, -. T,> ., �: .: m -:.+-.-.�'' ,:,;, r - :.! ;. _ . '�le:� :v k -Kx•,. INSTRUMENTS OF PROFESSIONAL r Y S, i �•1 ERVICE AND ARE PROPERTY OF S roe` r GARNER, LLC. ANY USE, _r�. �, , �„�. _._ .. ro • . ,, �� _� , • �.. psi- 4� REPRODUCTION, OR DISTRIBUTION 4 � OF THIS DOCUMENT ALONG WITH ,-,iy�,p � / >• :: ,� THE IDEAS AND DESIGN CONTAINED a� HEREIN IS PROHIBITED UNLESS , .: s �� I f AUTHORIZED IN WRITING BY •er r � �. a GARNER LLC R EXPLICITLY t > �s �, _.. r• >�1 ALLOWED IN THE GOVERNING zr + m t ,: .. - , �..�r.� .:. •-_. � " PROFESSIONAL SERVICES ►< - r AGREEMENT FOR THIS WORK. il-4 , {. _ y +. •r q14M1 , ., .. _ 'e,:. _....s:' z ', � ..,o .. '• _, ' s ._,._... t:F ":, ice•: t ML Ask 8 J ,p i a' 11 i• ;f „ a4+• • , 3 s ■a, �5 i3 i ar � r� t .Y a. t mp of _ i F �`�€ _+, � 'fa+e+kaw..,r,; � '�-,� C' e " '^4 .r^�� � +G�,. t +-4y `` �► - +f-Y • � , z 0 IZ 0-1 U) W 0 W Q 0 W w I wim CITY OF FAYETTEVILLE ARKANSAS W Q z z 0 _O w-- W 0 _jQf 0� Q J_ >J > J m Q �QW QLLI N >--iw XD _ LL LL IL < z Q PROJECT LAYOUT & SURVEY CONTROL PLAN JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-103 SHEET 3 NUMBER 0 Q 0 a� E 0 cn 0 0 L ^m < 0 �0 >0 cnU �a J Q Q I L� 0 o � � L 0 0 N � og N d O �L�? > N 00 �CD N J O N cm— �CD U n m� U >cl) �0 cn0- cm cn -0 � U � o 0 0 �E �U w �Q ai mW ', o ma �X Q �__,tf LL � 0_ C6 N N L O m ti o a? J 0 CONSTRUCTION SAFETY AND PHASING PLAN NOTES 1. THE CONTRACTOR SHALL REFER TO ITEM SS-100 OF THE SPECIFICATIONS FOR THE CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) 2. CONTRACTOR ACCESS A. LOCATION OF STOCKPILED MATERIALS - NO PERSONAL VEHICLES OF CONTRACTOR'S EMPLOYEES WILL BE ALLOWED BEYOND THE DESIGNATED PARKING LOCATION WITHIN THE STAGING AREA. ALL MATERIAL DELIVERIES SHALL BE RECEIVED IN THE STAGING AREA RESERVED BY THE CONTRACTOR. NO DELIVERY TRUCKS WILL BE ALLOWED ACCESS TO A SECURE AREA OF THE AIRPORT BEYOND THIS STAGING AREA. STOCKPILED MATERIALS AND EQUIPMENT ARE NOT PERMITTED WITHIN THE ACTIVE RUNWAY SAFETY AREA AND OBJECT FREE ZONE. THE CONTRACTOR SHALL RECEIVE APPROVAL FROM THE ENGINEER AND FAA AIR SPACING OFFICE PRIOR TO LOCATING STOCKPILES OR EQUIPMENT WITHIN THE OBJECT FREE AREA, SAFETY AREA, OR OBJECT FREE ZONE. NO STOCKPILE SHALL BE GREATER THAN 15-FT IN HEIGHT UNLESS APPROVED BY THE ENGINEER. B. VEHICLE AND PEDESTRIAN OPERATIONS - SEE THE CONSTRUCTION SAFETY DRAWINGS FOR CONSTRUCTION SITE PARKING, EQUIPMENT STORAGE AREAS, AND ACCESS AND HAUL ROUTES. VEHICULAR TRAFFIC SHALL ALWAYS YIELD TO AIRCRAFT TRAFFIC. WHEN ANY VEHICLE, OTHER THAN ONE THAT HAS PRIOR APPROVAL FROM THE AIRPORT OPERATOR, MUST TRAVEL OVER ANY PORTION OF AN AIRCRAFT MOVEMENT AREA, IT WILL BE ESCORTED AND PROPERLY IDENTIFIED. TO OPERATE IN THOSE AREAS DURING DAYLIGHT HOURS, THE VEHICLE MUST HAVE A FLAG OR BEACON ATTACHED TO IT. ANY VEHICLE OPERATING ON THE MOVEMENT AREAS DURING HOURS OF DARKNESS OR REDUCED VISIBILITY MUST BE EQUIPPED WITH A FLASHING DOME -TYPE LIGHT, THE COLOR OF WHICH IS IN ACCORDANCE WITH LOCAL OR STATE CODES. ALL CONSTRUCTION VEHICLES SHALL BE CLEARLY IDENTIFIED FOR CONTROL PURPOSES BY PROMINENTLY DISPLAYING THE COMPANY NAME ON EACH SIDE OF THE VEHICLE. THE IDENTIFICATION SYMBOLS SHOULD BE A MINIMUM 8-INCH BLOCK -TYPE CHARACTERS OF A CONTRASTING COLOR AND EASY TO READ. THEY MAY BE APPLIED EITHER BY USING TAPE OR A WATER-SOLUABLE PAINT TO FACILITATE REMOVAL. MAGNETIC SIGNS ARE ALSO ACCEPTABLE. I N ADDITION, VEHICLES MUST DISPLAY IDENTIFICATION MEDIA. AT 14 CFR PART 139 CERTIFIED AND TOWERED AIRPORTS, ALL VEHICLE OPERATORS HAVING ACCESS TO THE MOVEMENT AREA MUST BE FAMILIAR WITH AIRPORT PROCEDURES FOR THE OPERATION OF GROUND VEHICLES AND THE CONSEQUENCES OF NONCOMPLIANCE OR BE ESCORTED BY SOMEONE WHO IS. PERSONNEL ENTERING THE SECURED AREA MUST BE IN POSSESSION OF AND DISPLAY A VALID AIRPORT IDENTIFICATION BADGE AT ALL TIMES OR MUST BE ESCORTED BY A PERSON WITH A VALID AIRPORT IDENTIFICATION BADGE. ANY PERSON WHO IS ESCORTING INDIVIDUALS MUST BE IN DIRECT CONTROL OF THE ESCORTED INDIVIDUALS AT ALL TIMES. ANY PERSON WHO HAS BEEN ISSUED A BADGE, BUT IS NOT IN POSSESSION OF THE BADGE, MAY NOT ENTER THE SECURED AREA OF THE AIRPORT. AIRPORT IDENTIFICATION BADGES MAY BE OBTAINED AT THE LOCATION DURING REGULAR SCHEDULED TIMES FOR ISSUANCE OF BADGES. THERE IS NO CHARGE FOR ISSUANCE OF THE BADGE. ANY BADGES THAT ARE LOST WILL BE SUBJECT TO A $10.00 CHARGE AND ALL BADGES MUST BE RETURNED TO THE AIRPORT UPON COMPLETION OF THE PROJECT UNLESS DIRECTED OTHERWISE BY THE AIRPORT. ANY FINE, 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 TO THE PRIME CONTRACTOR AND SHALL BE DEDUCTED FROM ANY MONIES DUE HIM. VEHICULAR TRAFFIC LOCATED IN OR CROSSING AN ACTIVE MOVEMENT AREA MUST HAVE A WORKING TWO-WAY RADIO IN CONTACT WITH THE CONTROL TOWER OR BE ESCORTED BY A PERSON IN RADIO CONTACT WITH THE TOWER. THE DRIVER, THROUGH PERSONAL OBSERVATION, SHOULD CONFIRM THAT NO AIRCRAFT IS APPROACHING THE VEHICLE POSITION. CONSTRUCTION PERSONNEL MAY OPERATE IN A MOVEMENT AREA WITHOUT TWO-WAY RADIO COMMUNICATION PROVIDED A NOTAM IS ISSUED CLOSING THE AREA AND THE AREA IS PROPERLY MARKED TO PREVENT INCURSIONS. THE CONTRACTOR IS REQUIRED TO CONTINUOUSLY MONITOR THE AIRPORT TRAFFIC CONTROL TOWER (FREQUENCY 128.0) BETWEEN THE HOURS OF 0600 AND 2200. THE CONTRACTOR IS REQUIRED TO CONTINUOUSLY MONITOR THE CTAF (FREQUENCY 128.0) BETWEEN THE HOURS OF 2200 AND 0600. CONTROL OF GATES - THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING THE SECURITY OF THE ACCESS GATES BY KEEPING THE ACCESS GATE LOCKED OR GUARDED AT ALL TIMES. SHOULD THE CONTRACTOR FAIL, AT ANY TIME, TO KEEP THE ACCESS GATE LOCKED OR GUARDED, THERE SHALL BE A FINE OF $200.00 ASSESSED TO THE CONTRACTOR, FOR EACH OCCURRENCE THAT THE CONTRACTOR FAILS TO MAINTAIN THE SECURITY OF THE ACCESS GATE. ALL FINES ASSESSED TO THE CONTRACTOR SHALL BE DEDUCTED FROM ANY MONIES DUE TO HIM/HER. C. STAGING AREA / HAUL ROUTES - CONTRACTOR'S EQUIPMENT STORAGE AND EMPLOYEE PARKING AREAS ARE SHOWN ON THE CONSTRUCTION SAFETY DRAWINGS. NO CHANGES SHALL BE MADE TO THE STAGING AREAS AND HAUL ROUTES UNLESS COORDINATED WITH AND APPROVED BY THE ENGINEER. THE CONTRACTOR SHALL NOT BE ALLOWED TO OPERATE EQUIPMENT NOT REQUIRED FOR CONSTRUCTION ON PAVEMENT OPEN TO AIRCRAFT UNLESS APPROVED BY THE ENGINEER. IN ALL CASES, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TEMPORARY CONSTRUCTION OF HAUL ROUTES AND REPAIR OF DAMAGE TO TEMPORARY HAUL ROADS, INCLUDING REPAVING. UNLESS OTHERWISE APPROVED BY THE ENGINEER, ALL NEW HAUL ROADS SHALL BE RESTORED TO THEIR PRE-EXISTING CONDITION AFTER CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING THE USE OF ALL OFF -SITE HAUL ROUTES. REPAIR OF ANY DAMAGED OFF -SITE HAUL ROUTES SHALL BE COORDINATED WITH THE OWNER OF THE ROUTE. D. RESPONSIBILITY FOR SECURITY - ALL PERSONNEL, INCLUDING CONSTRUCTION CONTRACTORS ARE RESPONSIBLE FOR SECURITY AT THE AIRPORT. ALL PERSONNEL WITH ACCESS TO THE SECURE AREA OF THE AIRPORT ARE PERSONALLY RESPONSIBLE FOR THEIR ACTIONS WHILE WORKING IN THE SECURE AREA. 3. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT THE CONTRACTOR SHALL INSURE THAT THE PAVEMENT SURFACES ARE KEPT CLEAN FROM DIRT, MUD, AND OTHER DEBRIS FROM THE CONTRACTOR'S EQUIPMENT. DAILY CLEAN UP IN THE VICINITY OF CONTRACTOR'S WORK AREAS IS REQUIRED. AT A MINIMUM, THE CONTRACT SHALL IMPLEMENT THE FOLLOWING FOD MANAGEMENT PROCEDURES: A. ALL TRUCK LOADS SHALL BE COVERED WHILE MOVING IN THE MOVEMENT AREA OR AREAS WHERE AIRCRAFT ARE OPERATING. B. ALL LOOSE ITEMS ON THE CONSTRUCTION SITE SHALL BE SECURED AT ALL TIMES. C. PAVEMENT SWEEPER AND WATER TRUCK SHALL BE MOBILIZED ON SITE AT ALL TIMES. D. ALL TIRES SHALL BE INSPECTED FOR LOOSE MATERIAL PRIOR TO TRAVERSING INTO THE MOVEMENT AREA OR AREAS WHERE AIRCRAFT ARE LOCATED. 4. NOTIFICATION OF CONSTRUCTION ACTIVITIES A. NOTICES TO AIRMEN (NOTAM) - BEFORE BEGINNING ANY CONSTRUCTION ACTIVITY, THE CONTRACTOR MUST, THROUGH THE AIRPORT OPERATOR, GIVE NOTICE USING THE NOTAM SYSTEM OF PROPOSED LOCATION, TIME, AND DATE OF COMMENCEMENT OF CONSTRUCTION. UPON COMPLETION OF WORK AND RETURN OF ALL SUCH AREAS TO STANDARD CONDITIONS, THE CONTRACTOR MUST, THROUGH THE AIRPORT OPERATOR, VERIFY THE CANCELLATION OF ALL NOTICES ISSUED VIA THE NOTAM SYSTEM. B. EMERGENCY NOTIFICATION PROCEDURES - IN THE EVENT OF AN EMERGENCY, THE CONTRACTOR SHALL CALL 911, THEN NOTIFY THE ENGINEER AND AIRPORT OPERATOR. THE CONTRACTOR SHALL REPORT ALL SAFETY RELATED INCIDENTS TO THE AIRPORT STAFF. 5. INSPECTION REQUIREMENTS A. DAILY INSPECTIONS - THE CONTRACTOR SHALL PERFORM DAILY SAFETY INSPECTIONS TO INSURE ALL CONSTRUCTION OPERATIONS ARE IN CONFORMANCE WITH THE CONSTRUCTION SAFETY AND PHASING PLAN (CSPP). ALL INSPECTIONS SHALL BE DOCUMENTED ON DAILY INSPECTION FORMS PROVIDED IN THE SPCD. B. FINAL INSPECTIONS - PRIOR TO OPENING ANY PORTION OF THE AIRPORT TO TRAFFIC, THE CONTRACTOR, ENGINEER, AND AIRPORT OPERATOR SHALL PERFORM A SAFETY INSPECTION OF THE AREA TO BE OPENED TO TRAFFIC TO INSURE CONFORMANCE WITH THE CSPP AND FAA STANDARDS. 6. UNDERGROUND UTILITIES UNDERGROUND UTILITIES EXIST WITHIN AND ADJACENT TO THE LIMITS OF CONSTRUCTION. AN ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS. HOWEVER, ALL EXISTING UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE LOCATIONS SHOWN. PRIOR TO BEGINNING ANY TYPE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE UTILITIES ON THE GROUND. THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS UNTIL THEY ARE NO LONGER NECESSARY. ARKANSAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES TWO WORKING DAYS ADVANCE NOTIFICATION THROUGH THE ONE -CALL SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR 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 THE ARKANSAS ONE -CALL SYSTEM; THEREFORE, THE CONTRACTOR IS ADVISED TO CONTACT ALL NON-MEMBER UTILITIES AS WELL AS THE ONE -CALL SYSTEM. 7. PENALTIES IN ADDITION TO THE FINES DESCRIBED IN 2.13, FAILURE OF THE CONTRACTOR (INCLUDING EMPLOYEES) OR ANY OF HIS SUBCONTRACTORS (INCLUDING EMPLOYEES) TO COMPLY WITH ATCT INSTRUCTIONS OR ANY OF THE OTHER REQUIREMENTS OF THE AIRPORT WHILE OPERATING ON AIRPORT PROPERTY, SHALL BE SUBJECT TO THE FOLLOWING: E. FIRST OFFENSE - THE CONTRACTOR SHALL RECEIVE A FINE OF $1,000.00, AND THE VEHICLE OPERATOR WILL RECEIVE A LOSS OF DRIVING PRIVILEGES ON THE AIRPORT. IN ADDITION, ANY FINES OR PENALTIES IMPOSED ON THE AIRPORT AS A RESULT OF THE INCIDENT WILL BE ASSESSED TO THE CONTRACTOR. F. SECOND OFFENSE - 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 ON THE AIRPORT. IN ADDITION, ANY FINE OR PENALTIES IMPOSED ON THE AIRPORT AS A RESULT OF THE INCIDENT WILL BE ASSESSED TO THE CONTRACTOR. G. THIRD OFFENSE - WORK WILL BE SUSPENDED. THE CONTRACTOR (INCLUDING EMPLOYEES) AND ANY OF HIS/HER SUBCONTRACTORS (INCLUDING EMPLOYEES) WHO WILL OPERATE GROUND VEHICLES ON THE AIRPORT SHALL SUCCESSFULLY COMPLETE, FOR A SECOND TIME, FORMALIZED AIRPORT SAFETY TRAINING, TO BE CONDUCTED BY 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. RUNWAY DATA RUNWAY END NUMBER AIRPLANE DESIGN GROUP AIRCRAFT APPROACH CATEGORY MINIMUM SAFETY AREA PRIOR TO THE THRESHOLD MINIMUM UNOBSTRUCTED APPROACH SLOPE RSA WIDTH DIVIDED BY 2 RUNWAY 16 II C 1,000-FT 34:1 250-FT RUNWAY 34 II C 1,000-FT 50:1 250-FT CONSTRUCTION SEQUENCE 120 CALENDAR DAYS* I�III�IIIIIIIII�III�I�III�I� ■■■■■■■■■■■■■■■■■■■■■■ 0 20 40 60 80 100 120 140 K]nTF.q- * IF THE BASE BID & DEDUCTIVE ALTERNATE IS AWARDED THE CONTRACT TIME WILL BE REDUCED FROM 120 CALENDAR DAYS TO 90 CALENDAR DAYS. ** IF THE BASE BID & DEDUCTIVE ALTERNATE IS AWARDED THE TOTAL RUNWAY CLOSURES ALLOWED WILL BE REDUCED FROM 6 TO 3. RUNWAY CLOSURES WILL OCCUR DURING THE HOURS OF 10:00 P.M. AND 6:00 A.M. AND WILL BE SCHEDULED TO MINIMIZE OPERATIONAL IMPACTS TO THE AIRPORT. © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 U cn w 0 w Q 0 > w CITY OF FAYETTEVILLE ARKANSAS w Q z0 o 7 wQ 0� _j � J _jOQ >0-Ld mQ w ~Qw Qw >_ _j} XD _ LL LL u- Z Q CONSTRUCTION SAFETY NOTES JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-201 a� m LL J SHEET 4 NUMBER m U Q O c a) U O En 0 a) Q w� IL � d a> p >Q U O J QI M � L M L 00 r O O� N C 00 ^G LL O N �- �CD N J O N m a_o N —O N d (1) En LL J w= _ !" tl♦+E .: - .. " .. ♦ .iJl'�. r. ,. ......, 1. . : i �. .,. r +.rl '. -, 1 - R .r i .. 4 yam} .u., / .. ,/.. .4 Y,^'.: ,,.. .... ,,- 'f'Y _ .:ra`. �' , -a. !' F2 i'9•v' ::^ . wK p. G3 .:' .r... :.. yy�� jt i j, o. .. ,,.. , ► .,.. '�*� f_. ... _..., i 'r: -. 1'. .- �.. ♦ d.'4 :. •�._ ... ': V,' ... i. r. • 1{�.. ,., ..' fir, :. � - :!. -.,... a r .. ,,, '.,.. 1 .-... ." E ." ♦ Y,y:.. ,. ,:/ - .. „R ,... ",.?n'Y. ,:,.r"i'7;`. 'E'i: ':[7Y.I. `�f" 1'i:1:. -1..:: Y 0 150 300 600 900 _ T ,R ( -s . - : ..: `_ - T .... .. ", - > _, T„-.qer,.. o- . lr '3F".,, ' .1. �`Y . �. -•i`�sT it - � � .,<. ,, r._ � , _ - _.• -r- (IN FEET .e .. .Xb .� ,... .-. :.. _ '-, 7.ems,` QW,- ,. ... _ yam' a x.., .:;,�': x5, �v c, l , t ©2 17 GARVER, LL .. -.... k THIS DOCUMENT ALONG WITH THE � � _; � � 4 <. ,, . y. �., ,"-.x= : ... .. : IDEAS AND DESIGNS CONVEYED .. :. ...."ti HEREIN HALL BE CONSIDERED _ r s �[ -•q � ,...,,. �> � INSTRUMENTS OF PROFESSIONAL '--A- t. r , . '. ) ,» •� ,+''SERVICE AND ARE PROPERTY F {.. GARNER LLC. ANY USE +r t( � '' � REPRODUCTION OR DISTRIBUTION .fir ,, r � -� � ,�1,' " •.. _w, ♦ OF THIS DOCUMENT ALONG WITH �4i.�� . t` - THE IDEAS AND DESIGN CONTAINED �. - _ •.. -,: - •'l n ... Y- � 4:s ,. .i. `� ,4 Y ` �+/ .:. w- ,. .::, rs� ., a> � �, _ .E.�.,..^ �"'' HEREIN, IS PROHIBITED UNLESS .. _ -.. _- ,'. - ... .„ �y�s �t ; ,, ,� AUTHORIZED IN WRITING BY ,.xf ,.�.� GARNER, LLC OR EXPLICITLY x ALLOWED IN THE GOVERNING 4F _ .. ..,, �-. ?a;. � � PROFESSIONAL SERVICES .. , . � �.= �,> .q�¢ „a.,- _ ..: � ,_ _ ,. _ _ - ....,- _.,x.. _ ., • " AGREEMENT FOR THIS WORK. tr tom.., -: 'w., > ., . "- .?� o5.�a+ , ... _ . r ....r ,9_ 1 em , awl' P`R � .,r _ - ..._ •� :,, .: _�., 7i� � K. +, .. ; w ia , / y+ n•�r w -►� Y i � Allt. ., .. '�. + ..:. a.. .. `' - . � _ _L • .-aF '/" v - .. 741 it P. 'r1f •x 's.,,..., <. �„a,,r�. f •' ; 's .' ,- '1 - ,. ". .9ij,1 la �S ,g' � - ,,a,«. _ 4 -t -., ,-' -. �i �. .. _ w j! '*A*s-, _ r _ �'`,' � Y^��� - �•{. � 4 or 46 N >?'' t3. x Y H yy ��bv'v✓r>v .21• � „ ,;. F: '-Q INSTALL CONTRACTOR PROVIDED RUNWAY r' CLOSURE MARKER ON TOP OF RUNWAY DESIGNATION NUMERAL MARKING. RUNWAY CLOSURE MARKER WILL ONLY BE REQUIRED IF THE RUNWAY REMAINS CLOSED BEYOND SUNRISE. (TYP., TW B a+ r LL H X ,_..`y , t , y v i 'S1AM - r -.__ i:. , sue" - t �♦ - Y r._ a .„ rt , RUNWAY CLOSURE SEQUENCE . x..,, TERM INAAL . A % TERMINAL APRON US ROUT E 71 ,i .t,; , n� TW B w H Lu RUNWAY 16-34 TW G FOREST SERVICE DEVELOPMENT AREA q _ att ^ Y INSTALL CONTRACTOR PROVIDED RUNWAY - �► ->• Kam, CLOSURE MARKER ON TOP OF RUNWAY='' 4-14-4 } ` DESIGNATION NUMERAL MARKING. RUNWAY CLOSURE MARKER WILL ONLY BE REQUIRED IF THE ' RUNWAY REMAINS CLOSED BEYOND SUNRISE. (TYP.) ` _ ` m -ja k , LEGEND U H FOR ALL WORK INSIDE THE RUNWAY SAFETY AREA, THE CONTRACTOR — RSA — RUNWAY SAFETY AREA SHALL ADHERE TO THE FOLLOWING CONSTRUCTION SEQUENCE: — OFA — RUNWAY OBJECT FREE AREA 1. CONTRACTOR SHALL COORDINATE THE NIGHTTIME RUNWAY CLOSURES WITH THE ENGINEER A MINIMUM OF 5 BUSINESS DAYS PRIOR TO THE RUNWAY CLOSURES. RUNWAY CLOSURES SHALL BE BETWEEN 2200 AND 0600 HOURS, LOCAL TIME. 2. ISSUE NOTAM STATING "RUNWAY 16-34 IS CLOSED FOR ARRIVALS AND DEPARTURES." PLACE AIRPORT LIGHT AND NAVAIDS OUT OF SERVICE. INSTALL LIGHTED BARRICADES AND ENSURE RUNWAY CLOSURE MARKERS ARE ONSITE FOR THE DURATION OF THE RUNWAY CLOSURE. 3. PERFORM WORK INSIDE THE RUNWAY SAFETY AREAS. REMOVE LIGHTED BARRICADES AND LIGHTED RUNWAY CLOSURE MARKERS. PERFORM FOD INSPECTION AND CLEAN-UP. RETRACT NOTAM. z O I— IZ U Lu t] i TW A � Q PS�� f ,�►, �` - w PSG 3r t♦ .Y ova a . CITY OF FAYETTEVILLE ARKANSAS 0 e w LA s z . z z s Q 0 _j � _j JOQ co —0-w 00 w[)� — J �Q> Qw H wC)w �Q QwQ Qz LL LL LL Q CONSTRUCTION SAFETY & PHASING PLAN - PHASE A — OFZ — RUNWAY OBJECT FREE ZONE LIGHTED BARRICADES A G-209 JOB NO.: 17041211 F DATE: JUNE 2018 RUNWAY CLOSURE MARKER G-209 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-202 SHEET 5 NUMBER m U Q C a C U to O N (6 CL �m >o 2U to o � Q QLn c� o 00 � L o O� N 00 > N m00 No N J O N m- a� �o M _o N d 0 .. m� � U >U) LL 0 M-0 � U 0 O �E �U w a) Q m cn c� d -X Q LL w tri � tll N L O m ti O N 0 J Q (1) to LL J jr a �.. lam. .... ._ .. w` t x i ' 7 a r , � r Y i ^ - v .-#ia i✓-. k 5 , M 6 t1 i s 4gy, :.. : -'_ : ,}� , . . - . , y. ,. a .:. •, F-.a _ y in 'i4+ C e +t r, Y _ r rc +tir. s41, + y e %Ij -c r b., Jam'. ... i /-. : � �.. .S :.� #`. - � ,: ,h 1. ��: � rt ., i _ _ :�.{.- 't''.:.,y�-• .r. w. «r a. Y 3. l - r ! - � :�u: - .. � •' " 'sue �''t , ... #._ c r � >i s „t s , 1 M - { i 11 9" t d- :q �> 9 s it v: - > : - b _ -n 1 d !/ r r7 , n : 7 ''— I �K Ow '7+;,. , /'. �.. _-: M�ycur"P^".1-F�. t +�� �y,.'. ':�--" , •''ira �''.ty�if?: t l d- � c'"'s..-. ,,;, _ ,o d m , k T , 41 X� V , Y V • p , z R > O 71 4 TERMINAL i 3 f '*}'. _ b pCfi ,,f3Jriyr M:+7s'a� t!r 'Al�ihN .t7 -�`.�� ... �. .., / .. SEE NOTE 9, TERMINAL THIS SHEET. � APRONK. OFA vio OFA vio OFA W B a-� TW B RSA OFZ ZOO vsj RSA LL H o 0 OFZ vsj ZjO RSA OFZ Lu H vsj - - ZjO RUNWAY 16-34 RSA �Z H zk ' yy \ if +tr -�'�=;fit-.-�:'Y�.ti ,t+,�'g•-�` "�y"�- _'yk.t `,,' Y, s4 / s"G: a_ `^'� ..,�•- ��a'`y;<� � t^ + 9. !ro ae t t t R 900, Y R. .Vt „ IN FEET r L L, e k '4 , 4 yy yy 9 1 > +C a d.; 1 - . F' s> et' ".'T i i > a- a: ., yr. v7 „ Rr h...r > v. ,iR y J w , y. + a � aw i M Ate. i - 1 vg i a t r-. r ar yNt a �:• t r s x ` soh 'a n r , r °x x a ;mac r . -. ��. - ♦ '�"�'.. _: ,a'. ,. S'2,� .. _. It ras - - s Y J t. - tk "J - - r .>h - r vs y.�;,+• ., + ,� '- r '. 4. +e„�ly-k4'�.ialw`,1�,7�11�". U y Igo ACCESS GATE PHA E B �t ti b CONSTRUCTION nEPA 0 OFZ ZOO OFZ ZZIO OFZ ZjO FZ RSA VS2j RSA ysS j vsj RSA SA OFA b'::IO OFA _vjO OFA f/_=1O OFA t, v h - Lu TW G RUNWAY 16-34 DECLARED DISTANCES RUVWA Y 16 RUVWA Y 34 TORA 5,055-FT 4,750-FT TODA 5,055-FT 4,750-FT LDA 5,055-FT 4,750-FT ASDA 5,055-FT 4,750-FT 1. THRESHOLD TO BE TEMPORARILY DISPLACED 950-FT FOR PHASE B CONSTRUCTION. SEE SHEETS G-204 AND G-205 FOR INSTALLATION AND REMOVAL OF TEMPORARY AND PERMANENT MARKINGS. 2. CONTRACTOR VEHICLES SHALL YIELD TO AIRCRAFT AT ALL TIMES. 3. NO EQUIPMENT OR MATERIALS MAY REMAIN UNATTENDED INSIDE THE LIMITS OF THE RUNWAY 16-34 RSA. CONTRACTOR SHALL STAKE LIMITS OF RSA PRIOR TO CONSTRUCTION. 4. SUGGESTED CONTRACTOR'S EQUIPMENT STORAGE AND EMPLOYEE PARKING AREAS ARE SHOWN. CONTRACTOR SHALL COORDINATE FINAL STAGING AREAS AND HAUL ROUTES WITH ENGINEER PRIOR TO CONSTRUCTION. CONTRACTOR MAY PARK VEHICLES ON APRON, BUT SHOULD AVOID PARKING ON COMPASS ROSE. MATERIALS SHOULD BE STORED OFF OF PAVEMENT. ANY DAMAGE TO EXISTING PAVEMENT OR PAVEMENT MARKINGS SHALL BE PAID FOR AT THE EXPENSE OF THE CONTRACTOR. 5. CONTRACTOR SHALL NOT BE ALLOWED TO OPERATE EQUIPMENT NOT REQUIRED FOR CONSTRUCTION ON EXISTING PAVEMENT UNLESS APPROVED BY ENGINEER. 6. IN ALL CASES. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TEMPORARY CONSTRUCTION OF HAUL ROUTES AND REPAIR OF DAMAGE TO EXISTING PAVEMENT UNLESS OTHERWISE NOTED. 7. NO EQUIPMENT OR MATERIALS SHALL BE STORED WITHIN 50 FEET OF BARRICADES ADJACENT TO ACTIVE AIRFIELD PAVEMENT. 8. CONTRACTOR SHALL MOVE ALL EQUIPMENT AND PERSONNEL A MINIMUM OF 50 FEET FROM BARRICADES ADJACENT TO TAXIWAY D DURING AN AIRCRAFT OPERATION IN THIS VICINITY. 07 `dj FA Lei ZOO — f/S2j o—fl ` zIO PHASE B ITEMS OF WORK 1. ISSUE NOTAMS STATING: 1.1. "MEN AND EQUIPMENT WORKING ON TAXIWAY B BETWEEN TAXIWAY D AND RUNWAY 16-34. THE NORTH 950 FEET OF RUNWAY 16 IS CLOSED. RUNWAY 16-34 LENGTH IS REDUCED FROM 6,005-FT TO 5,055-FT." 1.2. "RUNWAY 16 TORA, TODA, LDA, ASDA IS 5,055-FT." 1.3. "RUNWAY 34 TORA, TODA, LDA, ASDA IS 4,750-FT." 1.4. "TAXIWAY B CLOSED NORTH OF TAXIWAY D." 1.5. "TAXIWAY C CLOSED WEST OF RUNWAY 16-34." 1.6. "TAXIWAY A CLOSED NORTH OF TAXIWAY C." 2. INSTALL LIGHTED BARRICADES, TAXIWAY CLOSURE MARKERS, RELOCATED THRESHOLD MARKINGS, AND RUNWAY AND TAXIWAY LIGHT COVERS. 3. PLACE RUNWAY 16 PAPI, REILS, LOC, AND ODALS OUT OF SERVICE. 4. PERFORM PHASE B WORK. 5. PERFORM CLEAN UP. 6. REMOVE LIGHTED BARRICADES, TAXIWAY CLOSURE MARKERS, RELOCATED THRESHOLD MARKINGS, RUNWAY AND TAXIWAY LIGHT COVERS, AND RESTORE RUNWAY MARKINGS TO ORIGINAL CONDITION. 7. PLACE RUNWAY 16 PAPI, REILS, LOC, AND ODALS IN SERVICE. 8. RETRACT NOTAMS. ti C O 2017 GARNER LLC THIS DOCUMENT ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF K GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH M THE IDEAS AND DESIGN CONTAINED HEREIN IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY y ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. ti m �M SEE SHEET C-204 AND C-205 o FOR PHASE B MARKING f _ a - INSTALLATION AND REMOVAL. w 'G Iim11 . flat iu- "ovals e s'" a' u t.'� erri3 trbty�, > jLu 2 .�` r.iR � ' eye _ 1'�. "1! `♦ 7> . � N y. < y�� -a III •, LEGEND PROPOSED PAVEMENT PROPOSED WORK AREA — RSA — RUNWAY SAFETY AREA — OFA — RUNWAY OBJECT FREE AREA —OFZ — RUNWAY OBSTACLE FREE ZONE o—� AIRCRAFT MOVEMENT �► CONTRACTOR ACCESS ROUTE LIGHTED BARRICADES rA �O9 CONTRACTOR STAGING AND ES EP EMPLOYEE PARKING CLOSURE MARKER rTAXIWAY G CITY OF FAYETTEVILLE ARKANSAS w Q z0 0 Z �— � w Q 0� JoIf 0� Q 3:J J >�W �Q I— Q w < Lu >__jo XD _< LL LL LL Z Q CONSTRUCTION SAFETY & PHASING PLAN — PHASE B JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-203 SHEET 6 NUMBER E U cn O Q �o >Q U coLn J QI 00 0 M L r Q o� N W �a > N m00 U)- �CD N J CD N mCD a� ao 4o N d 0 m U >cn �0 �o- � U � O 0 O �E �U w mW X Q LL O 0_ W N L � O O m ti o N O J Q OFA RSA OFZ OFZ RSA vio REMOVE TAXIWAY FA MARKINGS. (TYP.) G F AREA = 585 SF G-210 G-210 'A -VS�I RSA zjo OFZ n H 0 ZjO - i vio RUNWAY 16-34 OFZ RSA OFA TW A vio OFA vio OFA TW B I OBSCURE RUNWAY �10 EDGE MARKINGS. (TYP.) AREA = 5,700 SF VS2j RSA S2j RSA zjo OFZ Z= 0 rG OBSCURE TAXIWAY U vio CENTERLINE RADIUS �10 MARKINGS. (TYP.) rD OBSCURE RUNWAY rB OBSCURE RUN AY AREA = 1,580 SF �10 TOUCHDOWN ZONE G-210 THRESHOLD MARKIPtS. E OBSCURE RUNWAY MARKI GS. (TYP.) �10 AIMING POINT MARKINGS. (TYP.) ZjO RSA -vs2j RSA OFZ ZzlO OFZ ZzlO RUNWAY 34 TORA, TODA,LDA, ASDA = 4,750-FT OFZ RSA zjo - — VS2j RUNWAY 16-34 OFZ - VS2j RSA - G OBSCURE TAXIWAY' CENTERLINE �10 MARKINGS. (TYP.) AREA = 705 SF 0 OBSCURE RUNWAY REMOVE RUNWAH Y G-210 CENTERLINE DESIGNATION NUMERAL. Q MARKINGS. (TYP.) G-IN210 � U COVER RUNWAY 34 DISTANCE REMAINING SIG (TYP.) COVER LIGHTS IN CLOSED E - AREAS. (TYP.) G-209 ZOO - DISABLE RUNWAY vio OFA RUNWAY 16 DECLARED DISTANCE REFERENCE LINE. vsj RSA — - OFZ Z= 0 rB INSTALL TEMPORARY G-211 RUNWAY DESIGNATION NUMERALS. RUNWAY 16 TORA, TODA, LDA, ASDA = 5,005-FT OFZ zjo I OFZ RSA VS2: I RSA 2 U H zjo • • VS� PAPIS RSA OBSCURE TAXIWAY F ENHANCED CENTERLINE MARKINGS. (TYP.) lllG-210 AREA = 395 TW A PERMANENT MARKING OBSCURING .W OFA - INSTALL TEMPORARY rD RUNWAY THRESHOLD G-211 LIGHTING. (TYP.) dS2:] RSA - 1,000-FT INSTALL TEMPORARY q RUNWAY THRESHOLD G-211 BAR. 200-FT VS2j `d_=1 0 NTi cn > COVER TAXIWAY AIRFIELD SIGNAGE. (TYP.) A REMOVE BLAST PAD C CHEVRONS AND G-210 THRESHOLD BAR. 0 0 0 0 DISCONNECT 0 RUNWAY THRESHOLD LIGHTS. "v INSTALL TEMPORARY q CHEVRONS. (TYP.) G-211 694-FT RUNWAY THRESHOLD TEMPORARILY RELOCATED 950-FT RSA TEMPORARY MARKING INSTALLATION LEGEND — RSA — — OFA — — OFZ — �A RUNWAY SAFETY AREA RUNWAY OBJECT FREE AREA OBSTACLE FREE ZONE DISCONNECT/COVER AIRFIELD SIGNAGE NOTES: DISABLE REILS. (TYP.) INSTALL VINYL TEMPORARY CHEVRONS. (TYP.) 0 50' 100, 200' 300' (IN FEET) DISABLE RUNWAY 16 ODALS. (TYP.) 1. CONTRACTOR MAY PERFORM ALL MARKINGS OUTSIDE OF THE RUNWAY 16-34 RSA WHILE THE RUNWAY IS IN USE. MARKING AND MARKING REMOVAL INSIDE THE RSA WILL BE PERFORMED DURING A RUNWAY CLOSURE DESCRIBED IN PHASE A. 2. CONTRACTOR SHALL COVER OR DISABLE RUNWAY AND TAXIWAY LIGHTS IN ALL CLOSED AREAS. 3. CONTRACTOR SHALL COVER RUNWAY 34 DISTANCE REMAINING SIGNS AND AIRFIELD SIGNS IN CLOSED AREAS. © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. u r CITY OF FAYETTEVILLE ARKANSAS W Q z0 Z W Q 0 J�� >J Q J �Lu �-j mQ _ J ~<> QW Lu�} XD _< Z LL LL u- � Q CONSTRUCTION SAFETY & PHASING PLAN - PHASE B TEMPORARY MARKINGS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-204 SHEET 7 NUMBER OFA vio OFA vio OFA vio OFA vio 0 50' 100, 200' 300' TW B (IN FEET) TW B RSA -vs2j RSA vs2j RSA — vs2j RSA b'S2j © 2017 GARNER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED OFZ ZzlO OFZ ZzlO OFZ Z= O INSTRUMENTS OF PROFESSIONAL AND ARE U REMOVE TEMPORARY C REMOVE TEMPORARY SERVICEGARVER, LLC. ANY USE,Y OF THRESHOLD AR AND CHEVRONS. (TYP.) C REPRODUCTION, OR DISTRIBUTION REMOVE TEMPORARY G-210 OF THIS DOCUMENT, ALONG WITH rA RUNWAY DESIGNATION ~ CHEVRON. AREA = 15,000 SF G-210 THE EIDEAS AND DESIGN REIN, IS PROHIBITED UNLESS CONTAINED �10 NUMERAL. AREA = 3,500 F D AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY 16 AREA = 2,520 SF ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. RUNWAY 16-34 Q U REMOVE TEMPORARY � �- RUNWAY TF RESHOLD LIGHTING. ( YP.) OFZ ZOO OFZ ZOO OFZ ZjO RSA vs :] RSA vs :] RSA vsj RSA vs ] TWA TWA P- TEMPORARY MARKING REMOVAL `d O OFA vio OFA `d�0 OFA ` io OFA b'�O OFA `d::I0 OFA o SEE MARKING PLAN FOR a - ENHANCED TAXIWAY CENTERLINE MARKINGS AND TAXIWAY uj TW B H INSTALL RUNWAY EDGE 0 uj CENTERLINE MARKINGS. TW B G-212 MARKINGS. (TYP.) WHITE = 6,000 SF RSA vsj RSA bS2i RQA bS�:J RSA vsj RSA VS2:] RSA VS2i w U ZzlO OFZ ZzlO OFZ ZzlO OFZ ZzlO OFZ ZzlO OFZ ZzlO o U INSTALL rD m INSTALL RUNWAY � rc BLAST PAD G-212 ~ G-212 TOUCHDOWN ZONE g CHEVRON MARKINGS. (TYP.) INSTALL RUNWAY MARKINGS. a A INSTALL RUNWAY AIMING G-212 THRESHOLD MARKINGS. _ Q �12 POINT MARKINGS. (TYP.) V o • CITY OF QI RUNWAY 16-34 `Q < RECONNECT FA ARKANSA'S LE RUNWAY THRESHOLD W 00 7 Y (� • LIGHTS. (TYP.) Q z O 2 B G INSTALL RUNWAY rB 00 INSTALL RUNWAY I z_ a v CENTERLINE G-211 DESIGNATION p W Q c F INSTALL TAXIWAY G-�12 MARKINGS. (TYP.) NUMERALS. p CENTERLINE MARKINGS TO cn � G-2�12 CLOSED AREAS. (TYP.) U REMOVE COVER ON REMOVE COVER ON LIGHTS J Q Q 3 m o YELLOW = 955 SF RUNWAY 34 DISTANCE IN CLOSED AREAS. (TYP.) 0- L 00 Q m- REMAINING SIGN. (TYP.) W _ ZzlO OFZ ZjO OFZ ZOO OFZ ZOO OFZ Z.�O OFZ ZOO Q w Q W a_o B I I-- N RSA VS2� RSA bS2� RSA vs2j RSA vsS j RSA ` sS j RSA VS2j < I J } X z m INSTALL ENHANCED TAXIWAY E LL L u- Q CENTERLINE MARKINGS TO ~ � TW A CLOSED AREAS. TYP. �12 B CONSTRUCTION �. (TYP.) TWA u- YELLOW = 600 SF SAFETY & PHASING a PLAN - PHASE B o PERMANENT MARKING INSTALLATION a 0 PERMANENT E LU MARKINGS NOTES: JOB NO.: 17041211 m ° LEGEND 1. CONTRACTOR MAY PERFORM ALL MARKINGS OUTSIDE OF THE RUNWAY 16-34 RSA WHILE DATE: JUNE 2018 a THE RUNWAY IS IN USE. MARKING AND MARKING REMOVAL INSIDE THE RSA WILL BE DESIGNED BY. BMP PERFORMED DURING A RUNWAY CLOSURE DESCRIBED IN PHASE A. DRAWN BY: PAB — RSA — RUNWAY SAFETY AREA " a BAR Is 2. CONTRACTOR SHALL COVER OR DISABLE RUNWAY AND TAXIWAY LIGHTS IN ALL CLOSED ORIGINAL DRAWINNE INCH G W — OFA — RUNWAY OBJECT FREE AREA AREAS. 0 1 N IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. 0 00 — OFZ — OBSTACLE FREE ZONE 3. CONTRACTOR SHALL COVER RUNWAY 34 DISTANCE REMAINING SIGNS AND AIRFIELD SIGNS DRAWING NUMBER �B REMOVE COVER ON AIRFIELD SIGNAGE IN CLOSED AREAS. G-205 J CL J SHEET NUMBER U O cn 0 Q LL � d N Q � Q U 0 J QI o aD N L 00 o O� N 00 O N > N m00 Un No N J O N m� a� a_ cb _o N [L m� U >U) LL 0 M-0 � U 0 O �E Ew �Q m Un �X Q LL i � N N L O m ti O N O J Q (1) U) LL J rNir Sr . v, ._. 'sr , n _ > _ .�,,. �^ . :, ,w..F _ ..n .'.>.: 1 •_ .;"�. lR.. .. .- ,.,r ..:.. .R1k �r 'i. r' � ^L;r„ _r 0 150 300 600 900 IN FEET SS a •y�y� � ♦ � , .. - .:. �. ..,.. a ,., d. ,�:. ... .. ..e w<: :, .. .,Y .a. �•. ��,r.. L ,. A. Y V-' .. '� -..'S -.: ., :.. -.., � ., ..:!!r. _ -. � .:N"i .. `k': a: .:.. •.. +:. :jam- ��. k ii -. - ` '): ., ".. : ., .:.>. ;.��� .. a av,' • .... .. :., .... . , .,-_,.: _.. �.'� <d��'d :. ( .. .. Y idY .. .. ♦ ..- ... ,.:. F ,.r.• :.. ..1 't n<.. .. a,,,���,y� �y �.• . �. .. - .Y,'d.. , :' � nA' , X t _ a .. . `:. :.. , f ..- - .. tr- '.:: � . r - `rk:. , ., .is. ,. .. a.�g .dlfS'.e"",ck. .. "J!!' ... ... ... ... .'..- .+1..-4-;'/` • .a '.I �., ,, ol —^- �'•,''y!5yAl 74 Jr j� ... .. � . ,.,,yy .� �. y�'r -,<. ,�5. . �.-kt ..._,. s: �}J"->' F•e. ...-y,,'. <, n. .:� .-f ••i, - t-. 7t � 's•' .. - .. � r) � '�:. � :. . � ac �. < ..: ...... ,. .::. <,• ..:.. �. <- _ �..• �'.��'.._. :.. , "fit: � �:. :x t n ,r , r '..� .: / r -�^ r.. M.,. r.: I. ,.a �. 3v,,-•�. Wi: _ �f , ._. h..., � .,.. Ali .,, .:.: -... ,:a� htr. .., f - -.:, „ •'\ .. ,: fi ,.. .. .... ., - �{ , '.. � � .,, > � .. � .:� .„ 9• .i _' i to � !. >F. �3` .r ". _ ,�ti" `"a�� w'. - . _7r..s. ._ . . � / .. - �- • _ _ - �J,, � � Y r.f,':.., ' '. c.'C✓Ss . ' ..... ...: .. � ,.. .Y -.. I Vr X• :- �, 'i.. �±i.dt _ - .. , ... ... -.,..� ... d+i . .. .:: ., - ... ..., .-ilw: t),,. "�5.. -• '. '.,_.. � tW:--a `` yet t r• „ op Qr Y• ". I (! - 'it` A`' "' e 7 y� - _: - ..' Y ;. : K._ - .' ...'"'r, :.. .,- ,, ,t,�.l _..rr d.e�; rv..,. K K,�:.. �•r.:'v" '�-_;"4'.: t .Y `E '7!•:: i�: JF T ::.- < ' — ,, �,: , �;,� .. of � • . .� t, " ,..rc ._> '�' w::,, asr;,t.,,,.' n5:' a r o l '`� ■ 'r .. r,:f"�:: . _ .,r... _-'•" :r- M - ad :rc •x♦+, dy-r - US a a _r "' RO. a } .:... k_�SyK. l y_, nay. '.V<•. '0.. .M. L 4f. _ ..,i .. r if "4. _ .J k J. +j.YkF: Lk - .,.. f<«.... � -• Y- �. i 9 .pro irrs v.;�. t _- „ -- ' ,�,.4,_ �.a� ^k � < �'-'vR .ti.�. E P �--i4 w. +,ram ,:;. <w. .� ��c/ I opt It Ak 7A7 _ u� 0 ii'; !♦ n.I,� �" s. - 4 , .�, � .. yr. ,S'�• � ;�';' �+>,+r,+,, � +gam' $ �. �'i'����jjj''' � � .. . , Ys g ,..,.-... Yn,;f�,� "k'lr yIli¢ '£.p,'{ P r` may, rt , ..�,-. r � ,ry jlA `�H Y7 , : PHASE C k` ��t; ' b,r's TERMINAL „y°' w tt,., ri n •tv )1WA7r+,s'!��`,JY'bnAS79�NsW`r✓titA e -, - Il �, F '3 CONSTRUCTION ~� - ., � ACCESS GATE TERMINAL (P Y) APRON R � � IT SEE SHEET G-213 TW B -- - - OFA bi0 O V-40 `di0 OFA bzI0 R A b� RSA b� R vs2j A RSA b� S� S S S S S S S OFZ ZjO OFZ w Z710 OFZ ZjO OFZ ZjO L.L SEE NOTE 8, U THIS SHEET. r, SEE SHEET C-207 AND C-208 5 FOR PHASE C MARKING INSTALLATION AND REMOVAL. \ x+•A� ,1'. '+ t �,E r r, RUNWAY 16-34 DECLARED DISTANCES RUNWA Y 16 RUNWA Y 34 TORA 4,800-FT 5,005-FT TODA 4,800-FT 5,005-FT LDA 4,800-FT 5,005-FT ASDA 4,800-FT 5,005-FT i NOTES: 1. THRESHOLD TO BE TEMPORARILY DISPLACED 1000-FT FOR PHASE C CONSTRUCTION. SEE SHEETS G-207 AND G-208 FOR INSTALLATION AND REMOVAL OF TEMPORARY AND PERMANENT MARKINGS. 2. CONTRACTOR VEHICLES SHALL YIELD TO AIRCRAFT AT ALL TIMES. 3. NO EQUIPMENT OR MATERIALS MAY REMAIN UNATTENDED INSIDE THE LIMITS OF THE RUNWAY 16-34 RSA. CONTRACTOR SHALL STAKE LIMITS OF RSA PRIOR TO CONSTRUCTION. 4. SUGGESTED CONTRACTOR'S EQUIPMENT STORAGE AND EMPLOYEE PARKING AREAS ARE SHOWN. CONTRACTOR SHALL COORDINATE FINAL STAGING AREAS AND HAUL ROUTES WITH ENGINEER PRIOR TO CONSTRUCTION. MATERIALS SHOULD BE STORED OFF OF PAVEMENT. ANY DAMAGE TO EXISTING PAVEMENT OR PAVEMENT MARKINGS SHALL BE PAID FOR AT THE EXPENSE OF THE CONTRACTOR. 5. CONTRACTOR SHALL NOT BE ALLOWED TO OPERATE EQUIPMENT NOT REQUIRED FOR CONSTRUCTION ON EXISTING PAVEMENT UNLESS APPROVED BY ENGINEER. 6. IN ALL CASES. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TEMPORARY CONSTRUCTION OF HAUL ROUTES AND REPAIR OF DAMAGE TO EXISTING PAVEMENT UNLESS OTHERWISE NOTED. 7. CONTRACTOR SHALL MOVE ALL EQUIPMENT AND PERSONNEL A MINIMUM OF 50, FROM BARRICADES ADJACENT TO TAXIWAY F DURING AN AIRFIELD OPERATION IN THIS VICINITY. 8. SEE SHEET G-213 FOR DETAILS RELATED TO TEMPORARY CONTRACTOR HAUL ROAD. Lu OFZ RSA — OFA Lu RUNWAY 16-34 ZjO - vs2] bi0 TW G ' Gr y OFZ — RSA OFA 0 H U ZjO ~ OFZ vs :] `di O PHASE C ITEMS OF WORK 1. ISSUE NOTAMS STATING: 1.1. "MEN AND EQUIPMENT WORKING ON TAXIWAY B BETWEEN TAXIWAY F AND RUNWAY 16-34. THE SOUTH 1,000 FEET OF RUNWAY 34 IS CLOSED. RUNWAY 16-34 LENGTH IS REDUCED FROM 6,005-FT TO 5,005-FT." 1.2. "RUNWAY 16 TORA, TODA, LDA, ASDA IS 4,800-FT." 1.3. "RUNWAY 34 TORA, TODA, LDA, ASDA IS 5,005-FT." 1.4. "TAXIWAY B CLOSED SOUTH OF TAXIWAY F." 2. INSTALL LIGHTED BARRICADES, TAXIWAY CLOSURE MARKERS, RELOCATED THRESHOLD MARKINGS, AND RUNWAY AND TAXIWAY LIGHT COVERS. 3. PLACE RUNWAY 34 PAPI, ODALS, LDA, AND ILS OUT OF SERVICE. 4. PERFORM PHASE C WORK. 5. PERFORM CLEAN UP. 6. REMOVE LIGHTED BARRICADES, TAXIWAY CLOSURE MARKERS, RELOCATED THRESHOLD MARKINGS, RUNWAY AND TAXIWAY LIGHT COVERS, AND RESTORE RUNWAY MARKINGS TO ORIGINAL CONDITION. 7. PLACE RUNWAY 34 PAPI, ODALS, LDA, AND ILS IN SERVICE. 8. RETRACT NOTAMS. ZOO RSA - TW A OFA - f/::I O © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 'r rf r Z p . r aa� U ) 'gal. Lu� as tit in rc' ' jLp r ' 70 yj >� FM +w LEGEND PROPOSED PAVEMENT PROPOSED WORK AREA — RSA — RUNWAY SAFETY AREA — OFA — RUNWAY OBJECT FREE AREA — OFZ — RUNWAY OBSTACLE FREE ZONE o—� AIRCRAFT MOVEMENT t--► CONTRACTOR ACCESS ROUTE LIGHTED BARRICADES A G-209 CONTRACTOR STAGING AND ES EP EMPLOYEE PARKING TAXIWAY CLOSURE MARKER rB G-209 CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 Z �— F---0� W Q JoIf 0� Q 3:J J ��-j mQ �Qw QW >--j} XD _ LL LL LL Z Q CONSTRUCTION SAFETY & PHASING PLAN - PHASE C JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-206 SHEET 9 NUMBER a� E U O c� m � ..w �o >Q U o J QI 0 N 7 N L N O o� N 00 d coco > N �00 c/)� �CD N J O N CD a5 a_o CDo CD N d a) L.L J DISABLE RUNWAY 34 ODALS. (TYP.) Iwo OFA vio OFA ViO rF OBSCURE ENHANCED TAXIWAY �10 CENTERLINE MARKINGS TO CLOSED AREAS. (TYP.) AREA = 300 SF �A TW B v RSA VS2J RSA VS?J DISABLE RUNWAY 34 PAPIS. (TYP.) C REMOVE BLAST PAD I E COVER LIGHTS IN CLOSED CHEVRONS AND G-209 G-210 THRESHOLD BAR. 10 AREAS. (TYP.) o O O DISCONNECT RUNWAY THRESHOLD LIGHTS. (TYP.) O O 0 DISABLE REILS.(TYP.) ° rB OBSCURE RUNWAY THRESHOLD MARKINGS. rA REMOVE RUNWAY �10 DESIGNATION NUMERAL OBSCURE RUNWAY EDGE �10 MARKINGS. (TYP.) AREA= 6,000 SF Q U) rE �10 rH p OBSCURE RUNWAY G-210 G-210 TOUCHDOWN ZONE MARKINGS. (TYP.) RSA 7775 OFA INSTALL PLASTIC TEMPORARY CHEVRONS. (TYP.) RSA TW B — vsj OFZ COVER TAXIWAY EXIT SIGNS. (TYP.) u- OBSCURE RUNWAY AIMING POINT MARKINGS. (TYP.) A ��. OFA RSA OFZ OBSCURE TAXIWAY OBSCURE WA CENTERLINE RADIUS(�G� // RUNWAY MARKINGS. (TYP.) G-210 CENTERLINE AREA = 805 SF MARKINGS. COVER RUNWAY 16 DISTANCE (TYP.) REMAINING. (TYP.) OFZ ZzlO OFZ — — RSA VS2:] RSA PERMANENT MARKING OBSCURING 1,000-FT RUNWAY 34 DECLF ^r^ DISTANCE REFERENCE PI OFA V�O RSA OFA - vsj RSA OFZ ZzlO 200-FT LL 794-FT RUNWAY THRESHOLD TEMPORARILY RELOCATED 1,000-FT Q A INSTALL TEMPORARY G-211 CHEVRONS. (TYP.) RSA ViO ZzlO VS2J viO OFA TW B RSA OFZ RUNWAY 16-34 0 50' 100, 200' 300' (IN FEET) VS?J OFZ RSA VS2j a: OFA dSb RSA OFZ ZOO OFZ — RUNWAY 16 TORA, TODA, LDA, ASDA = 4,800-FT or INSTALL TEMPORARY rB RUNWAY DESIGNATION G-211 RUNWAY 16-34 NUMERAL. RUNWAY 34 TORA, TODA, LDA, ASDA = 5,005-FT A INSTALL TEMPORARY G-211 RUNWAY THRESHOLD BAR. OFZ ZzlO OFZ ZOO VS?j RSA vsj I RSA vsj RSA p INSTALL TEMPORARY RUNWAY THRESHOLD G-211 LIGHTING. (TYP.) I TEMPORARY MARKING INSTALLATION LEGEND — RSA — — OFA — — OFZ — �A RUNWAY SAFETY AREA RUNWAY OBJECT FREE AREA OBSTACLE FREE ZONE DISCONNECT/COVER AIRFIELD SIGNAGE OFZ rU ZzlO ZzlO © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED RSA HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. RSA z V_=1O OFA ry U cn TW B o VS2d vsj NOTES: 1. CONTRACTOR MAY PERFORM ALL MARKINGS OUTSIDE OF THE RUNWAY 16-34 RSA WHILE THE RUNWAY IS IN USE. MARKING AND MARKING REMOVAL INSIDE THE RSA WILL BE PERFORMED DURING A RUNWAY CLOSURE DESCRIBED IN PHASE A. 2. CONTRACTOR SHALL COVER OR DISABLE RUNWAY AND TAXIWAY LIGHTS IN ALL CLOSED AREAS. 3. CONTRACTOR SHALL COVER RUNWAY 16 DISTANCE REMAINING SIGNS AND AIRFIELD SIGNS IN CLOSED AREAS. ZzlO ZOO RSA w Q 0 > w T CITY OF FAYETTEVILLE ARKANSAS Y v < z0 W~ 0~ JQ� >J Q J �0-wLLJ mQ _ J ~Qw QW w�}XD RSA ��< �Q CONSTRUCTION SAFETY & PHASING PLAN - PHASE C TEMPORARY MARKINGS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-207 SHEET 0 NUMBER c C� C E U 0 �n m Q o_ 0 �o >Q m U m O J QI 0 N 7 N L N W O o� N 00 za �co N �� �CD N J O N O) CD �o c� _O N d (3- U m- m � >C/) �0 -o- n � U � O 0 O �E �U Ew �Q 4i m cn m o �X Q [� LL O a I � N N L O O m ti o = N O J Q o LL J ,i'1*y..'�1•. .."�._ i' i�i` �. •;t- - "At.(�s•t'y�.-_ py �. - ;. e Y !- w•. - r . ti �~ �- . ._�... _ .+.. - .. , . • . .__•-� > OFA bi0 OFA TW B REMOVE PLASTIC TEMPORARY CHEVRONS. (TYP.) O7A b_=10 RSA D G-21 RECONNECT RUNWAY THRESHOLD LIGHTS (TYP.) RSA b�0 OFA b�0 RSA bS2J RSA bS2j REMOVE TEMPORARY (7-� CHEVRONS. (TYP.) D AREA = 20,000 SF �10 vrr� v�v WOU EDQA v v u OFZ INSTALL BLAST PAD CHEVRON MARKINGS. RSA OFA bS2i Z�0 OFZ rcINSTALL RUNWAY �TOUCHDOWN ZONE 12 MARKINGS. (TYP.) • • • rHINSTALL RUNWAY EDGE MARKINGS. �12 (TYP.) OFZ Zjo bS�l L INSTALL RUNWAY g DESIGNATION G-211 NUMERALS. OFZ Z�0 R A bS2� INSTALL RUNWAY g THRESHOLD �12 MARKINGS. ZOO OFZ REMOVE TEMPORARY RUNWAY DESIGNATION NUMERALS. AREA = 3,600 SF RSA REMOVE TEMPORARY REMOVE TEMPORARY('C RUNWAY THRESHOLD RUNWAY THRESHOLD LIGHTING. (TYP.) BAR AND CHEVRON. G-210 AREA = 3,500 SF OFZ ZOO bS�l RSA bS2� RSA - TEMPORARY MARKING REMOVAL t-%r A bS?J OFZ OFZ bS21 OFA 0 50' 100, 200' 300' (IN FEET) TW B RSA � In LJV ZzlO VI !l VJV VJV E INSTALL ENHANCED �12 TAXIWAY CENTERLINE MARKINGS TO CLOSED AREAS. (TYP.) YELLOW = 435 SF RSA bS21 RSA bS21 RSA OFZ ZzlO OF ZjO OFZ — LL_ REMOVE COVER ON INSTALL TAXIWAY rF LIGHTS IN CLOSED CENTERLINE RADIUS G-212 AREAS. (TYP.) MARKINGS. (TYP.) YELLOW = 535 SF rGINSTALL RUNWAY CENTERLINE �12 MARKINGS. (TYP.) OFZ RSA V INSTALL RUNWAY A AIMING POINT REMOVE COVER ON MARKINGS. (TYP.) �12 RUNWAY 16 DISTANCE REMAINING. (TYP.) Z�0 OFZ Z�0 Vn\ 1 M Cl A Vn\ I V Ja RJ/-1 V JO PERMANENT MARKING INSTALLATION LEGEND — RSA — — OFA — — OFZ — �B RUNWAY SAFETY AREA RUNWAY OBJECT FREE AREA OBSTACLE FREE ZONE REMOVE COVER ON AIRFIELD SIGNAGE OFZ - MCI A RUNWAY 16-34 RSA TW B LJV RUNWAY 16-34 OFZ OFZ OFA bS2j LJV © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED RSA HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, Cl REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. LJV bS�j RSA OFZ bi0 RSA Z�0 OFZ bS2� RSA NOTES: 1. CONTRACTOR MAY PERFORM ALL MARKINGS OUTSIDE OF THE RUNWAY 16-34 RSA WHILE THE RUNWAY IS IN USE. MARKING AND MARKING REMOVAL INSIDE THE RSA WILL BE PERFORMED DURING A RUNWAY CLOSURE DESCRIBED IN PHASE A. 2. CONTRACTOR SHALL COVER OR DISABLE RUNWAY AND TAXIWAY LIGHTS IN ALL CLOSED AREAS. 3. CONTRACTOR SHALL COVER RUNWAY 16 DISTANCE REMAINING SIGNS AND AIRFIELD SIGNS IN CLOSED AREAS. z O a- U w 0 ZjOLU Q w CITY OF FAYETTEVILLE ARKANSAS w Q z0 Z wQ W 0 _j > J Q J 00 �0-w mQ J Z� �Q> Qw wui �w �Q QwQ QZ LL LL u- Q CONSTRUCTION SAEFTY & PHASING PLAN - PHASE C PERMANENT MARKINGS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-208 SHEET 11 NUMBER FLASHING RED CAUTION LIGHT SECURED TO BARRICADE (TYP) ORANGE OR DES @ 450 SLANT. I II V I I IIV11 !lV I, V V I \LV IV I !ll V I POLYETHYLENE 10" x 96" x 10" ORANGE AND/OR WHITE IN COLOR. BARRICADE NOTES: 1. BARRICADES SHALL MEET THE REQUIREMENTS OF FAA ADVISORY CIRCULAR 150/5370-2 AND BE APPROVED BY THE ENGINEER. YELLOW CLOSED TAXNvf_%I MARKER. WEIGHT MARKER TO PREVENT DISPLACEMENT. TAXIWAY CENTERLINE CLOSED TAXIWAY MARKER SCALE: NONE CABLE EXIT NOTCH OUT OTE 2) OTE 2) 7511 1/2" DIAMETER HOLES ' 2. CONTRACTOR SHALL WEIGHT BARRICADE TO PREVENT DISPLACEMENT. EQUALLY SPACED ON SECTION METHOD TO BE APPROVED BY THE ENGINEER. 10.25" BOLT CIRCLE A A -A 3. BARRICADES SHALL BE LOCATED AS DEFINED IN THE CONSTRUCTION SAFETY AND PHASING PLAN (CSPP). cod ,, 4. BARRICADES SHALL BE LINKED UNLESS OTHERWISE APPROVED BY THE ENGINEER. 5. CONTRACTOR SHALL SERVICE BARRICADES AT A MINIMUM ONCE EVERY 7 DAYS. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL BARRICADE LIGHTS, BATTERIES, AND POWER SOURCES. A G-209 n3 c a) E U O N 0 m � L L m� Q u- �0 �0 coU J QI w� N � N L 0 _0 N d __a c� 4; > N �00 �CD N J O N CD t� CD a) 0 m U 0 0 0 N d m 3: � U >cl) �0 cm-0 � U � O 0 O E �U w �Q m cn crs — X Q (Q \~ U LL nO 1 n vi a) N L n3 O in o a? 0 J 0 a� m LL J LOW PROFILE AIRCRAFT BARRICADE SCALE: NONE In ICITAI I nlr\A/ r7)P')r-AI/ f-%l IT nlnln AT nAo1 r r\/IT f_%l IT _`,� r C INS G-209 ABOVE GF RIGID GP AT 5' 1 N 18" HIGH' LOCATED LENGTH( AREAS. CONDUIT GROUNDI CLAMP 11 V V 1 /-1 L L I V L V V V/ T A. I V- V V V I I "I \ V L/-1 V GROUND RODS AT 500' INTERVALS. MINIMUM 2 RODS PER JUMPER SEGMENT, BONDED TO RIGID CONDUIT. D G-209 YELLOW CLOSED R_. MARKER, WEIGHT MARKER WITH YELLOW WEIGHT TO PREVENT DISPLACEMENT F G-209 NOTE: 1. CLOSED RUNWAY MARKERS SHALL BE INSTALLED ON TOP OF RUNWAY NUMERAL DESIGNATORS AS DIRECTED BY THE ENGINEER. RUNWAY CENTERLINE CLOSED RUNWAY MARKER SCALE: NONE TEMPORARY JUMPER CIRCUIT CONNECTION SCALE: NONE DISHED GRADE BLE TO CONNECT ►RS, AND TAGS BREAK-OUT RING NOTES: 1. HOLE PATTERN SHALL MATCH EXISTING BASE CAN. PATTERN SHOWN IS FOR 12" L-867B CAN. 2. OUTSIDE DIMENSION SHALL MATCH EXISTING CAN. 3. BREAK-OUT RING SHALL BE FABRICATED FROM 3/4" MARINE GRADE A PLYWOOD WITH 10 MIL POLYURETHANE FINISH APPLIED AFTER TEMPORARY CABLE IS INSTALLED. 4. BREAK-OUT RINGS, ABOVE GROUND CONDUIT, JUMPER CABLES, LUMBER, SUPPORTS, HARDWARE, AND OTHER APPURTENANCES ARE INCIDENTAL TO THE TEMPORARY AIRFIELD LIGHTING PAY ITEM. CONTRACTOR SHALL SUPPLY SUFFICIENT QUANTITY TO SUPPORT RE -WIRING ACTIVITIES. C G-209 OFF-LINE LIGHT FIXTURE EXISTING GROUND AIlITCC'• BREAK OUT RING SCALE: NONE UTILIZE BLACK 6"X12" CONCRETE CYLINDER MOLD TURNED UPSIDE DOWN AND TIED TO FIXTURE BASE, OR OTHER MATERIALS AND METHOD APPROVED BY ENGINEER © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 1= ry U cn Lu 0 w Q 0 > w CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 Z 1 W Q Q J0� Q �J J ��w mQ �Q> QW �Q wC)w QwQ LL LL LL QZ � Q CONSTRUCTION 1. CONTRACTOR SHALL MAINTAIN THE FIXTURE COVERS SAFETY DETAILS IN ACCEPTABLE CONDITIONS AT ALL TIMES. 2. WHEN NO LONGER REQUIRED, THE FIXTURE COVERS SHALL BE PROMPTLY REMOVED BY THE CONTRACTOR. 3. FIXTURE COVERS SHALL BE SECURED TO PREVENT MOVEMENT BY PROP WASH, JET BLAST, OR OTHER WIND CURRENTS. E G-209 FIXTURE COVERS SCALE: NONE JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. gMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-209 SHEET 12 NUMBER m U O c E M U O �0 m � L L m ^Q LL LL Q �U J Q � I CL 0 N N L 0 (D ° N d 00:5; m N U)00 �p N J O N U r) N d m� U >U) LL O M � U � O 0 O E �U w Q m cn X Q \~ U 7O L LL a vi N L om o J Q (1) U) LL J ADDITIONAL MARKING REMOVAL AREA REMOVAL AREA = 3,721 SF WHITE MARKING AREA = 1,227 SF ADDITIONAL MARKING REMOVAL AREA. REMOVAL AREA = 2,752 SF WHITE MARKING AREA = 1,031 SF RUNWAY DESIGNATION NUMERAL REMOVAL SCALE: NONE ADDITIONAL BLACK PAINT AREA. OBSCURE AREA = 2,979.2 SF WHITE MARKING AREA = 1,800 SF ei ADDITIONAL BLACK PAINT AREA. OBSCURE AREA = 14,043 SF WHITE MARKING AREA = 6,900 SF BLACK PAINT OVER PAINTED CHEVRON MARKING. (TYP.) BLACK PAINT OVER RUNWAY THRESHOLD STRIPE. (TYP.) RUNWAY THRESHOLD MARKING REMOVAL SCALE: NONE BLACK PAINT OVER RUNWAY TOUCHDOWN ZONE MARKING. (TYP.) RUNWAY TOUCHDOWN ZONE MARKING REMOVAL SCALE: NONE NOTES: 1. MARKINGS ARE SHOWN IN GRAY FOR CLARITY. 2. THE OBSCURING OF MARKINGS MUST ENCOMPASS THE MARKING AND BE RECTANGULAR IN SHAPE AS DEPICTED ON THIS SHEET. ADJACENT MARKINGS SHALL BE GROUPED TOGETHER, AS SHOWN. ADDITIONAL MARKING REMOVAL AREA. 6" NOTE: EXISTING PAVEMENT SEE CSPP SHEETS FOR CHEVRON OBSCURING QUANTITIES. REIVI%-./VL_ INUINVVI-xi THRESHOLD BAR ��c:� CHEVRON AND THRESHOLD BAR REMOVAL f-' 11 SCALE: NONE NOTE: OBSCURING OF TEMPORARY MARKINGS SHALL BE ACCOMPLISHED VIA PAVEMENT MARKING REMOVAL PER ITEM P-101. OBSCURE AREA = 6,342 SF WHITE MARKING AREA = 6,000 SF BLACK PAINT OVER RUNWAY AIMING POINT MARKINGS. (TYP.) © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 o_ U U) w 0 w RUNWAY AIMING POINT MARKING REMOVAL 0 SCALE: NONE I wy/ LL CITY OF ADDITIONAL BLACK FAYETTEVILLE PAINT AREA. ARKANSAS w Q z0 NOTE: 0� — `� 0 w ~ 6" SEE CSPP SHEETS FOR TAXIWAY BLACK PAINT OVER TAXIWAY BLACK PAINT OVER ENHANCED CENTERLINE OBSCURING QUANTITIES. J 3 J OBSCURE AREA = 679.5 SF TAXIWAY CENTERLINE MARKING. (TYP.) CENTERLINE MARKING. (TYP.) J O Q 00 — YELLOW MARKING AREA = 264 SF(—G w Q TAXIWAY CENTERLINE MARKING REMOVAL Q w Q w G-210 SCALE: NONE I j C) F ENHANCED TAXIWAY CENTERLINE MARKING REMOVAL QwQ Qz -210 SCALE: NONE I I LL LL u- Q 6„ CONSTRUCTION 611 SAFETY DETAILS II JOB NO.: 17041211 NOTE: EDGE OF DATE: JUNE 2018 OBSCURE AREA = 484 SF BLACK PAINT OVER RUNWAY SEE CSPP FOR RUNWAY EDGE PAVEMENT. DESIGNED BY: gMP C9 WHITE MARKING AREA = 360 SF CENTERLINE MARKING. (TYP.) OBSCURING QUANTITIES. DRAWN BY: PAB BLACK PAINT OVER RUNWAY BAR I ONE INCH ON ORIGINAL DRAWING EDGE MARKING. (TYP.) 0 ill, ONE INCH ON THIS SHEET, H RUNWAY CENTERLINE MARKING REMOVAL I RUNWAY EDGE MARKING REMOVAL IADJOUSTSCALES ACCORDINGLY. �10 SCALE: NONE �10 SCALE: NONE DRAWING NUMBER G-210 SHEET 13 NUMBER C N E U O N n N � L L m � u- �o >o mU J QI rn � N � N L 00- 0 CDd N 00a c� i� > N m00 �CD N J O N co O7 co ai U � 00 N d (3- m- U >cl) >_ - LL O cm-0 � U O 0 O �U 'EE w Q ai m cn �X Q LL � a � N N L �co om ti o J Q a� m LL J 0 O PAVEMENT EDGE VARIES 200' TERMINATE CHEVRONS AT TEMPORARY THRESHOLD BAR. 200' 15' 20' DASHED LINES SHOWN \ FOR CLARITY ONLY. PAINT 10' WHITE THRESHOLD BAR. TEMPORARY CHEVRON MARKINGS �21 SCALE: NONE NOTES: 1. CHEVRONS ARE YELLOW AND AT AN ANGLE OF 45 DEGREES TO THE RUNWAY CENTERLINE. 2. CHEVRONS SHALL BE MARKED WITH YELLOW MARKING PAINT WITH REFLECTIVE MEDIA. 3. ALL CHEVRONS INSIDE THE RSA SHALL BE PAINTED. ANY CHEVRON OUTSIDE THE RSA SHALL BE VINYL AND ADEQUATELY SECURED TO WITHSTAND HIGH WIND. 4. TEMPORARY VINYL CHEVRONS SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED SUBSIDIARY TO SS-120 SITE PREPARATION. v y 9 20' MARKING AREA = 632 SF 6" OUTLINE AREA = 103 SF NOTES: 1. ALL NUMERALS EXCEPT THE NUMBER 11 ARE HORIZONTALLY SPACED 15' APART. 2. MARKINGS ARE WHITE AND WILL HAVE A 6" BLACK OUTLINE FOR PERMANENT MARKINGS ONLY. 3. PERMANENT RUNWAY DESIGNATION NUMERAL SHALL BE LOCATED 210' FROM THE BEGINNING OF THE EXISTING RUNWAY THRESHOLD. 4. FOR A TEMPORARY RELOCATED THRESHOLD THE RUNWAY DESIGNATION NUMERAL SHALL BE LOCATED 20' FROM THE BEGINNING OF THE RELOCATED THRESHOLD. O w I� 5' 5' MARKING AREA = 595 SF 6" OUTLINE AREA = 107 SF 2' O . Cn O 5' MARKING AREA = 318 SF 6" OUTLINE AREA = 68 SF O w 20' MARKING AREA = 713 SF 6" OUTLINE AREA = 114 SF RUNWAY DESIGNATION NUMERALS SCALE: NONE SEE DETAIL B FOR RUNWAY DESIGNATI NUMERALS. NEW L-830 TRANSFORMER, BURIED ADJACENT TO FIXTURE IN EARTH AREAS OR SECURED TO PAVEMENT AS REQUIRED NEW L-824C CABLE WITH COUNTERPOSIE IN TRENCH (TYP) RELOCATED THRESHOLD LIGHTS INSTALL NEW L-861 E MEDIUM INTENSITY THRESHOLD LIGHT WITH RED/GREEN LENSES AND ISOLATION TRANSFORMER, LIGHTS SHALL BECOME PROPERTY OF THE CONTRACTOR AT COMPLETION OF PROJECT, SEE DETAIL ON THIS SHEET NEW L-824C LIGHTING CABLE WITH COUNTERPOISE IN TRENCH(TYP.) EXISTING OFF-LINE RUNWAY LIGHT FIXTURE INSTALL FIXTURE COVERS EXISTING CABLE NEW L-861 E RUNWAY THRESHOLD LIGHT FIXTURES FOR TEMPORARY RELOCATED THRESHOLD SHALL BE PROVIDED BY THE CONTRACTOR BOLTED TO A 2'X2' SHEET OF STEEL NEW L-824C CABLE WITH COUNTERPOISE IN TRENCH TO NEXT FIXTURE (TYP) NEW L-823 CONNECTORS 2'-0" (TYPICAL) N) SQUARE NOTES: 1. UTILIZE L-861 E FIXTURES UNLESS THE EXISTING RUNWAY UTILIZES L-86SE, IN WHICH CASE, THE TEMPORARY RELOCATED THRESHOLD MUST ALSO USE L-861SE FIXTURES. 2. SECURE CABLES IN CONDUIT AND TRANSFORMER NEAR LIGHT TO PAVEMENT TO PREVENT MOVEMENT. 3. BURY CABLES AND TRANSFORMER IN EARTH AREAS. 4. ALTERNATE TO TRENCHING, INSTALL CABLE IN RIGID STEEL CONDUIT, SECURED TO GROUND AND BONDED TO GROUND RODS. INSTALL FLAGS AT 5' INTERVALS TO IDENTIFY LOCATION. FINISHED GRADE OR PAVEMENT SECURED TO GROUND WITH REBAR STAKES; SECURE TO PAVEMENT WITH ANCHORS L-861 MEDIUM INTENSITY THRESHOLD LIGHT WITH RED/GREEN LENSES AND ISOLATION TRANSFORMER SCALE: NONE CLOSED PORTION I EXISTING I CABLE �I I RELOCATED DISTANCE TO OUTBOARD MARKER LEADING EDGE I -----o--- — --D� — — — — — — ----� EXISTING OFF-LINE rn o RUNWAY LIGHT cn - FIXTURE G R EXISTING NEW L-824C LIGHTING CABLE WITH CABLE COUNTERPOISE IN TRENCH (TYP.) EXISTING RUNWAY LIGHT FIXTURE cn n� m o cn 5' EXISTING CABLE -- — — — —- ----� OPEN PORTION c z RUNWAY D 0 TEMPORARY RELOCATED THRESHOLD SCALE: NONE NOTES: 1. DISCONNECT CABLES AND CONNECT TEMPORARY AT EXISTING FIXTURES AS DIRECTED BY THE ENGINEER. DISCONNECT TRANSFORMERS IN FIXTURES BETWEEN NORMAL THRESHOLD AND RELOCATED THRESHOLD. CHECK REGULATOR LOADING TO ENSURE PROPER OPERATION. PROTECT ALL CABLE ENDS. 2. TEMPORARY ELECTRICAL BYPASS CIRCUIT MAY BE REQUIRED DURING MODIFICATIONS TO RUNWAY CIRCUIT AT TAXIWAY/RUNWAY INTERSECTIONS. 3. RECONFIGURE CAUTION ZONE AND MOVE WHITE/AMBER LENSES TO INDICATE LAST 2,000 FEET OR ONE-HALF THE AVAILABLE RUNWAY LENGTH, WHICHEVER IS LESS. RESTORE WHEN WORK IS COMPLETED. 4. MOW GRASS AND THOROUGHLY PREPARE GROUND AREA PRIOR TO CONSTRUCTION OF RELOCATED THRESHOLD. 5. CONTRACTOR SHALL MAINTAIN THE RELOCATED THRESHOLD IN ACCEPTABLE CONDITIONS AT ALL TIMES. 6. COORDINATE PLACING PAPI, REIL, AND OTHER NAVIGATIONAL AIDS OFF-LINE DURING PHASES OF WORK WITH TEMPORARY RELOCATED THRESHOLD. 7. COORDINATE AND COVER SIGNS AS REQUIRED TO PREVENT MISDIRECTING PILOTS. ALL SIGNAGE TO CLOSED SURFACES SHALL BE COVERED. © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O 1= d U cn Lu W H- 0 > w CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 Z L� �- W Q 0 _j Q � J J ��_j mQ I—Qw <w w�} XD _ LL LL u- Z Q CONSTRUCTION SAFETY DETAILS III JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-211 SHEET 14 NUMBER m U Q C O E U O N o N L m Q I� >o mU J QI N N L co - N � 00:5; co ;0- > N �00 �CD N J O N O7 o� U � 0 0 N 0_ CD - m— U >cn �0 � U � O 0 O �E �U w �Q �ai m cn o �a X Q \~ U LL O W vi � N N L om o 0 J Q RUNWAY EDGE 0 N L150' f �1 RUNWAY CENTERLINE O 00 150' O N O � NOTES: 1. ALL MARKINGS ARE WHITE. RUNWAY CENTERLINE 1000' BEGINNING OF AIMING POINT MARKINGS RUNWAY AIMING POINT MARKINGS SCALE: NONE NOTES: 1. ALL MARKINGS ARE WHITE RUNWAY EDGE w ry Q > w Q > BEGINNING OF TOUCHDOWN ZONE 20' THRESHOLD BEGINNING OF THRESHOLD STRIPES BEGINNING OF THRESHOLD STRIPES RUNWAY TOUCHDOWN ZONE MARKINGS SCALE: NONE DASHED TAXIWAY CENTERLINE FOF L n THRESHOLD a co 1 BLACK MARKING (TYP.) co F TAXIWAY CENTERLINE MARKINGS SCALE: NONE DASHED RUNWAY CENTERLINE FOR REFERENCE. 120' (TYP.) c Rll VDI I (l\A/ RAADVIn1(- [TVD NWAY CENTERLINE MARKINGS SCALE: NONE RUNWAY CENTERLINE a RUNWAY EDGE 10' 10' 8 STRIPES RUNWAY EDGE THRESHOLD BAR EXTENDS 150' 10' BETWEEN RUNWAY EDGE MARKINGS. RUNWAY THRESHOLD MARKINGS SCALE: NONE EDGE OF PAVEMENT D BLAST PAD CHEVRON MARKINGS �12 SCALE: NONE 3" (TYP.) NOTES: 1. PERMANENT BLAST PAD CHEVRON MARKINGS ARE YELLOW AND REQUIRE A 6" BLACK BORDER. NOTES: 1. ALL MARKINGS ARE WHITE. RUNWAY THRESHOLD 1 co M RUNWAY HOLDING POSITION MARKING NOTES: 1. ALL MARKINGS ARE WHITE. RUNWAY CENTERLINE TAXIWAY F CENTERLINE MARKINGS �12 1 AIRCRAFT HOLDING SIDE BLACK MARKING (TYP.) YELLOW MARKING (TYP.) W O m m z O m 0 N NOTE: 1. SEE AC-150/5340-1 L FOR CONVERGING ENHANCED a, CENTERLINE MARKING DETAILS. END OF ENHANCED TAXIWAY MARKING 6" (TYP.) ENHANCED TAXIWAY CENTERLINE MARKING 12 i SCALE: NONE NOTES: RUNWAY THRESHOLD RUNWAY EDGE MARKINGS 1. ALL MARKINGS ARE WHITE. SCALE: NONE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 a U cn W n r CITY OF FAYETTEVILLE ARKANSAS Y 0Z < z0 0 W ~ W�// 0_� J 0L Q > J J ��w mQ Q> ui Qw �Q w-j QwQ QZ LL LL u- Q CONSTRUCTION SAFETY DETAILS IV JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. gMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-212 SHEET 15 NUMBER pA k kL fwl Rtr, _w-.fit-/ 3� (' r l I y �'r � � �jLr • �'vY iM! •yl� �'�"- "•jar,._ klil�f�jh� '1y: •-46 k •`��rK ri:y •'i �r _!C*,. Alp 17* •f _'.1� ���' '7� :X�_�•�� •.�1. , ��, �-`��.4N fi �-L� � -r�T � � ..�� ^'+v �1. � T, 7.. �K ��. t. l.l.� - �t ts?. � Ti 'f -' _�� �.. .,.- �:�---_7i?�p'v �!�•--r ., _ ;�•+•�- :1*� : i ::,e�4a: ;!'� �.-`'.s— s- , :�._- .- _ - ' -- ---=�_�= --�- - - � •+rho~_-;,`�."^-'^;•= "s' :`'T��"-:vK.=..�-7�s"� z7� �.^�'s+:r:5.. .. ..-� .�4''�►,i" tis e,Lr`�'.� , �• : aqu- r INSTALL TEMPORARY DRAINAGE PIPE. TSA .L O C E U O c� m� <� LL a)o >Q U 0 J QI O o� M00 L o o� N 00 1,0� > N m00 C/)— �CD N J O N m - a a_o 4- N d (1) U) LL J H�-j0 OFA ` =10 - OFA v=I0 OFA TSA VSl TSA VSl TSA VSl TSA Sl TSA VSl zdo END PANEL 12'-0" STRETCHER BAR OFZ 0 RSA - — vsj ZiC 12'-0" STRETCHER BAR OFZ END PANEL RSA vsj Z=10 OFZ NOTES: INSTALL ACCESS GATE rA (PHASE C ONLY) IN EXISTING FENCE. �13 1. DOUBLE SWINGING CONSTRUCTION ACCESS GATE SHALL BE MAINTAINED BY THE CONTRACTOR FOR THE DURATION OF THE PROJECT. 2. GATE SHALL REMAIN CLOSED WHEN NOT USE IN USE AND SHALL BE LOCKED WHEN NO CONSTRUCTION ACTIVITIES ARE TAKING PLACE. 3. GATE SHALL REMAIN IN PLACE AT THE COMPLETION OF THE PROJECT. OWNER SHALL RETAIN POSSESSION OF THE GATE. 4. DOUBLE SWING GATE SHALL NOT BE MEASURED SEPARATELY BUT SHALL BE CONSIDERED SUBSIDIARY TO SS-120 SITE PREPARATION. CONCRETE ENCASEMENT FOOTING 24 -FT MANUALLY OPERATED DOUBLE SWING GATE SCALE: NONE • -� 0 40' 80' 160' 240' =� ' � •;;,.;: (IN FEET) jwr w - Ems-•...ram+-rh,.' — RSA — RUNWAY SAFETY AREA — OFA — RUNWAY OBJECT FREE AREA — OFZ — RUNWAY OBSTACLE FREE ZONE —TSA — TAXIWAY SAFETY AREA LIGHTED BARRICADES TAXIWAY CLOSURE MARKER C coo' PROPOSED DITCH CHECK C-106 v PR`�s 7.5' MIN. V AR= 12" CRUSHED AGGREGATE BASE COURSE OR MILLINGS 1. NO CONSTRUCTION VEHICLES WILL BE ALLOWED ON TAXIWAY B BETWEEN THE APRON AND TAXIWAY F DURING PHASE C. ALL PAVEMENT MUST BE KEPT FREE OF CONSTRUCTION DEBRIS. 2. PRIOR TO STARTING PHASE C CONSTRUCTION, THE CONTRACTOR SHALL BUILD A TEMPORARY ACCESS ROAD FOR CONSTRUCTION VEHICLES. 3. CONTRACTOR SHALL PROVIDE A TEMPORARY DRAINAGE PIPE IN THE LOCATION SHOWN. 4. CONSTRUCTION ACCESS ROAD INSTALLATION AND REMOVAL WILL BE PAID FOR UNDER SS-120-3.2. 5. CONSTRUCTION ACCESS ROAD SHALL BE REMOVED AS INDICATED IN THIS SHEET AND RESTORED WITH TOPSOIL AND SEED IN ACCORDANCE WITH T-905 TOPSOILING AND T-901 SEEDING, RESPECTIVELY. 6. FOLLOWING REMOVAL OF CONSTRUCTION ACCESS ROAD, CONTRACTOR SHALL GRADE THE AREA DISTURBED BY CONSTRUCTION OF THE ACCESS ROAD TO DRAIN. 7.5' MIN. VARIES CONSTRUCTION ACCESS ROAD TYPICAL SECTION SCALE: NONE REMOVE TOP 6" OF BASE OR MILLINGS AND INSTALL TOPSOIL. v PR`Es EXISTING SUBGRADE EXISTING SUBGRADE CONSTRUCTION ACCESS ROAD REMOVAL TYPICAL SECTION SCALE: NONE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ ry U U) w 0 n r .91 CITY OF FAYETTEVILLE ARKANSAS w Q cl� z0 o Z wQ ' 0 I- F-/ -j N Q > J J �0-w mQ �Qw Qw -j} XD _ LL LL LL Z Q TEMPORARY CONSTRUCTION HAUL ROAD JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER G-213 SHEET 16 NUMBER a� E U O ( 0 �m �a >o 2U cn O 00 � Q r` O o � � L O O N O 2 N a "o Lo Lf > N m 00 U �O N J O N O) � - N W r) o d U m� ~ U N M � U � O 0 O �E CU w Q m cn c� — 3a X Q (Q \~ U LL a vi � N N L � O O m ti O N O J Q (1) U) L.L J A Vic NATURAL BUFFEF AREA (TYP. a OFZ — O n N / / a cn / N ILL O O N N ILL O O n N INSTALL 1, 00 LF OF SLOPE PROTECTION R_qA 1230 1229 1228 - O-F I I "cS u'6' NATURAL BUFFER AREA (TYP.) -1232 —1231 —1230 —1229 1231 -----1232 SP `IO --a*— -,1230 1233 1234-� 1235 —1236- 1237 202+00 2011+00 200+00 TAXIWAY B OFZ ZiO RUNWAY 16-34 RSA 1233 0 15' 30' 60' 90' (IN FEET) TOTAL PROJECT LIMITS AREA = 8.60 AC N TAXIWAY B DISTURBED AREA = 3.25 AC S TAXIWAY B DISTURBED AREA = 1.95 AC LEGEND C EXISTING TAXIWAY PROPOSED TAXIWAY — — PROJECT LIMITS SP SLOPE PROTECTION rB (ROLLED FIBER BARRIER) C-106 FLOW LINES RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE C PROPOSED DITCH CHECK �O6 DITCH LINE FENCE LINE EXISTING CULVERT EXISTING INLET/MANHOLE A ❑® Q PROPOSED INLET/MANHOLE C-106 1350 EXISTING CONTOUR © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. NOTES: 1. THE SYMBOLS SHOWN IN THIS SHEET REPRESENT EROSION CONTROL DEVICES AS DETAILED ON SHEET C-106. THE SYMBOLS ARE NOT TO SCALE AND REPRESENT THE GENERAL LOCATION TO WHICH THE DEVICES SHALL BE PLACED. 2. EROSION AND SEDIMENT CONTROL FEATURES SHALL BE PLACED PRIOR TO THE EXCAVATION OPERATIONS. I 3. REFER TO THE CONSTRUCTION SAFETY PLAN AND WORK RESTRICTIONS SHEET FOR SEQUENCE OF CONSTRUCTION AND CONSTRUCTION ACCESS ROUTE. 4. SLOPE PROTECTION EROSION CONTROL DEVICES SHALL BE REMOVED FROM INSIDE THE OFZ PRIOR TO THE RE -OPENING OF THE RUNWAY TO ITS FULL LENGTH. 7n o W O o z_ 0004 7, 00-482-6' SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP 1�9 ■■ PENN ova CITY OF FAYETTEVILLE ARKANSAS w Q Ili z0 o z I- wQ ' 0 ��— J LL 0� Q > J J >LLJ0-W �Q ~Qw Qw NN I..1 _j} XD _ LLLLLLLL < z �Q EROSION CONTROL PLAN JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-101 SHEET 17 NUMBER m U O c E U cn O N Q �CL �a >o 2U cn O � Q 00 Q� r` O o = � L O O� N O 2 N a "oLo > N m00 U� �O N J O N a� wo (1) U) LL J 1246 WAY >n- APRON A C-106 A C-106 A 1C-106 r� — — — — � ) \TA 254 �1255 / ` -- ... �01253 - �FA ` :j 0 .A .. _ 1252 A 103+00 104+00 C-106 U 1 i i i 1251 dSb RSA OFZ ------------------- ZOO j0 / II 1247 RSA OFZ RUNWAY 16-34 vs:l ZOO (M C) El�� = 0 15, 30' 60' 90, (IN FEET) TOTAL PROJECT LIMITS AREA = 8.60 AC N TAXIWAY B DISTURBED AREA = 3.25 AC S TAXIWAY B DISTURBED AREA = 1.95 AC C EXISTING TAXIWAY PROPOSED TAXIWAY — — PROJECT LIMITS SP SLOPE PROTECTION rB (ROLLED FIBER BARRIER) C-106 FLOW LINES RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE C PROPOSED DITCH CHECK �O6 DITCH LINE FENCE LINE EXISTING CULVERT EXISTING INLET/MANHOLE A ❑® Q PROPOSED INLET/MANHOLE C-106 1350 EXISTING CONTOUR © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. U NOTES: 1. THE SYMBOLS SHOWN IN THIS SHEET REPRESENT W EROSION CONTROL DEVICES AS DETAILED ON o W SHEET C-106. THE SYMBOLS ARE NOT TO SCALE a AND REPRESENT THE GENERAL LOCATION TO WHICH THE DEVICES SHALL BE PLACED. w 0 1 2. EROSION AND SEDIMENT CONTROL FEATURES W SHALL BE PLACED PRIOR TO THE EXCAVATION z OPERATIONS. 3. REFER TO THE CONSTRUCTION SAFETY PLAN AND LU Q WORK RESTRICTIONS SHEET FOR SEQUENCE OF U CONSTRUCTION AND CONSTRUCTION ACCESS ROUTE. C� 4. SLOPE PROTECTION EROSION CONTROL DEVICES G SHALL BE REMOVED FROM INSIDE THE OFZ PRIOR TO THE RE -OPENING OF THE RUNWAY TO ITS FULL LENGTH. 5. WATTLE DROP INLET PROTECTION SHALL BE PLACED AROUND EXISTING INLET BOXES THAT ARE BEING CONVERTED TO JUNCTION BOXES. 17,�4 vn o w o 0 �� 0004 00-482����� SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP CITY OF FAYETTEVILLE ARKANSAS W LOz z0 � J~ W~ 0>~ J�� Q >J J >0-w mQ JQw QW ��Lu XD LILT z �Q ROSION CONTROL LAN II JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-102 SHEET 1 NUMBER E U c O (� �m �a >o 2U cn O �a 00 Q o = � L o o� N O 2 N a "o Lo Lf > N m00 U) CD CD N J O N O) � w r) o d U co ~ U N LL 0 M � U � O 0 O �E �U w Q m cn c� — 3a X Q (Q ~ U LL O vi � N N L � O om o N O J Q (1) U) LLJ 1255 OFA 1254 —1253 N C) r i U 05+00 w w U) I W z J U D C-106 d:j0 APRON CONSTRUCTION ENTRANCE/EXIT OFA CONSTRUCTION ENTRANCE/EXIT r — -- 1257 C / C-106 CONTRACTOR SHALL INSTALL CONCRETE WASHOUT INSIDE THE STAGING AREA. EXACT LOCATION TO BE COORDINATED WITH THE ENGINEER PRIOR TO CONSTRUCTION. E I \ ---_ --- - a -- - -- o �3_ 1253 125 A C-106 106+00 107+00 108+00 109+00 110+00 rA 1254 — ___A254— �C-106J TAXIWAY B Q VS-8 C RSA —1251 1252 RSA RSA vs21 OFZ Z ZOO OF Z3O OR 1250 19dn Elm ZOO ds�l - RSA q N A C-106 RSA 111+00 \1256 125; 7 0 15, 30' 60' 90, (IN FEET) TOTAL PROJECT LIMITS AREA = 8.60 AC N TAXIWAY B DISTURBED AREA = 3.25 AC S TAXIWAY B DISTURBED AREA = 1.95 AC © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. m NOTES: U 1. THE SYMBOLS SHOWN IN THIS SHEET REPRESENT W EROSION CONTROL DEVICES AS DETAILED ON o w SHEET C-106. THE SYMBOLS ARE NOT TO SCALE a AND REPRESENT THE GENERAL LOCATION TO WHICH THE DEVICES SHALL BE PLACED. w 0 1 2. EROSION AND SEDIMENT CONTROL FEATURES W SHALL BE PLACED PRIOR TO THE EXCAVATION z OPERATIONS. J w 3. REFER TO THE CONSTRUCTION SAFETY PLAN AND Q WORK RESTRICTIONS SHEET FOR SEQUENCE OF U CONSTRUCTION AND CONSTRUCTION ACCESS 1` ROUTE. 11 Q OFZ C 4. WATTLE DROP INLET PROTECTION SHALL BE► G PLACED AROUND EXISTING INLET BOXES THAT ARE BEING CONVERTED TO JUNCTION BOXES. 5. CONTRACTOR SHALL MAINTAIN EXISTING CITY OF FAYETTEVILLE PAVEMENT ENTRANCE/EXIT FOR THE DURATION ARKANSAS OF CONSTRUCTION. PRIOR TO TRUCKS LEAVING w THE SITE, THE CONTRACTOR SHALL ENSURE ALL Y U z TIRES ARE FREE OF DEBRIS AND WILL NOT TRACK. z O_ 0 W � W~ 0~ _j �-j —10 <LLJ Q > Q LNJJ Lu w 0 �w XD J o n LL LL LL � Q �� 0004 EROSION CONTROL 7,800_482,[PLAN III C EXISTING TAXIWAY PROPOSED TAXIWAY — — PROJECT LIMITS SP SLOPE PROTECTION rB (ROLLED FIBER BARRIER) C-106 FLOW LINES RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE C PROPOSED DITCH CHECK DITCH LINE C-106 FENCE LINE EXISTING CULVERT EXISTING INLET/MANHOLE A 0 Q PROPOSED INLET/MANHOLE C-106 1350 EXISTING CONTOUR SEE CONSTRUCTION SAFETY AND PHASING 1251 PLANS FOR DETAILS. \ JOB NO.: 17041211 DATE: JUNE 2018 KEYMAP DESIGNED BY. BMP DRAWN BY: PAB e RU NW AY 6-34 BAR IS ONE INCH ON ORIGINAL DRAWING O111 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER �249 C-103 SHEET 1 NUMBER m U O a� U c O N Q �CL �a >o MQ in O m -:5 2ia Q00 o � � L r Q O N O N a "oLo > N m 00 U �CD N J O N O) � w 0 oa U m� ' U N U) LL 0 � U � O 0 O �E cU w Q m cn c� — 3a X Q (Q ~ U > b LL O vi � N N L � O O m ti O N O J Q (1) U) LL J 0 15, 30' 60' 90, © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE (IN FEET) IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED TOTAL PROJECT LIMITS AREA = 8.60 AC INSTRUMENTS OF SERVICE AND AREPPROPERTOY OF N TAXIWAY B DISTURBED AREA =3.25 AC GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION S TAXIWAY B DISTURBED AREA = 1.95 AC OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY LEGEND ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. C EXISTING TAXIWAY 1257 PROPOSED TAXIWAY — — PROJECT LIMITS SP SLOPE PROTECTION rB (ROLLED FIBER BARRIER) �O6 FLOW LINES C RSA RUNWAY SAFETY AREA — _ C C �O6 OFA OBJECT FREE AREA OFA C-106 VzIO \ — — A— — C-106 — — _ _ OFA ViO 3„ Al OFZ OBSTACLE FREE ZONE C — PROPOSED DITCH CHECK �O6 1257 DITCH LINE 150' TYPICAL — — FENCE LINE -- �--- --- — -- -- -- -- -- --- 1�56� EXISTING CULVERT ---- --- C C 1255� EXISTING INLET/MANHOLE A �O6�O6 ❑® ❑o PROPOSED INLET/MANHOLE C-106 � 1254 _ � 0 1350 EXISTING CONTOUR } m NOTES: U 12+00 113+00 114+00 115+00 116+00 117+00 118+00 1. THE SYMBOLS SHOWN IN THIS SHEET REPRESENT w TAXIWAY B w CONTROLO N ODETAILED 0 w w C- 06THESYMBO S ARE NOT TO SHEEETO a 125 — = AND REPRESENT THE GENERAL LOCATION TO WHICH THE DEVICES SHALL BE PLACED. w — — — — — — — — — — — — 0 1 2. EROSION AND SEDIMENT CONTROL FEATURES w — _ w SHALL BE PLACED PRIOR TO THE EXCAVATION OPERATIONS. � J A b'S?J RSA b'S2J RSA b'S?J RSA vs� 254RSA b'S2j J 3. REFER TO THE CONSTRUCTION SAFETY PLAN AND Q 1253\ \ WORK RESTRICTIONS SHEET FOR SEQUENCE OF U U CONSTRUCTION AND CONSTRUCTION ACCESS ROUTE. ui Q�C CQ G G 4. SLOPE PROTECTION EROSION CONTROL DEVICES► SHALL BE REMOVED FROM INSIDE THE OFZ PRIOR ZOO OFZ ZOO OFZ ZzlO OFZ hO OFZ ZOO O '�'5_ Z� TO THE RE -OPENING OF THE RUNWAY TO ITS FULL 1252� LENGTH. CITY OF FAYETTEVILLE ARKANSAS w Q z0 1252 0 � 1251 W 0_ �_ ��_ JLL-0� >J Q 0- w m Q Q > Q wN W o o mow} Xo _ Z LL LL LL \ D a000 EROSION CONTROL \\ 1251 _ 00_ ��oj 482� SEE CONSTRUCTION SAFETY AND PHASING PLAN IV 1251 PLANS FOR DETAILS. 17041211 JOB NO.: KEYMAP DATE: JUNE 2018 DESIGNED BY. BMP RUNWAY 16-34 DRAWN BY: PAB U a. BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 FA IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-104 SHEET 20 NUMBER c E U cn O N Q a0 �w �m �a >o 0 cn O 00 J Q Q o = � L r Q O N O 2 N a "o Lo > N m00 U� �o N J O N a� wo o d U m ' U N U) LL o M � U � O 0 O 0)U cw Q m cn c� — 3a X Q \~ U LL O a vi � N N L � O O m ti O N O J Q (1) U) LL J 1 U 19+00 w w 1 W z_ J U CQ / G OFZ __T- h� ll�l 120+00 RSA - 11253 C C-106 1251 A C-106 1 \ I OFA 1255 - -- -- --- \_Gf7c I w 0 N N —1251 o M RUNWAY 16-34 co N f m W, Ln%IAW i Z=10 INSTALL 330 LF OF SLOPE PROTECTION O N N LL O O n N N LL c 0 15, 30' 60' 90, (IN FEET) TOTAL PROJECT LIMITS AREA = 8.60 AC N TAXIWAY B DISTURBED AREA = 3.25 AC S TAXIWAY B DISTURBED AREA = 1.95 AC C EXISTING TAXIWAY PROPOSED TAXIWAY - - PROJECT LIMITS SP SLOPE PROTECTION rB (ROLLED FIBER BARRIER) �O6 FLOW LINES RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA V=10 OFA ` =10 OFA OFZ OBSTACLE FREE ZONE C PROPOSED DITCH CHECK �O6 DITCH LINE FENCE LINE EXISTING CULVERT EXISTING INLET/MANHOLE A ❑® Q PROPOSED INLET/MANHOLE C-106 1350 EXISTING CONTOUR NOTES: 1. THE SYMBOLS SHOWN IN THIS SHEET REPRESENT EROSION CONTROL DEVICES AS DETAILED ON SHEET C-106. THE SYMBOLS ARE NOT TO SCALE AND REPRESENT THE GENERAL LOCATION TO WHICH THE DEVICES SHALL BE PLACED. © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 a 0 U) w 0 2. EROSION AND SEDIMENT CONTROL FEATURES SHALL BE PLACED PRIOR TO THE EXCAVATION OPERATIONS. vs J RSA vsj RSA w 3. REFER TO THE CONSTRUCTION SAFETY PLAN AND o WORK RESTRICTIONS SHEET FOR SEQUENCE OF CONSTRUCTION AND CONSTRUCTION ACCESS ROUTE. rc�u�j 4. SLOPE PROTECTION EROSION CONTROL DEVICES SHALL BE REMOVED FROM INSIDE THE OFZ PRIOR TO THE RE -OPENING OF THE RUNWAY TO ITS FULL LENGTH. 9�GI 4R' O�v v`n >y 0 LI o z n SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP ova CITY OF FAYETTEVILLE ARKANSAS W Q^Ir' z0 0 z I- LJJ ~ W 0 _j Q � J J >�W �Q I— Q w L C) < L u QwQ Qz LL LL LL Q EROSION CONTROL PLAN V JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-105 SHEET 21 NUMBER m U Q C 0 a� E U cn ° (DCL 0 �CL 2U cn 0 � Q Q00 r` 0 o � L o Oa N O 2 N d 1,0 Lo Lf > N m00 U� �o N J O N U7 � a� wo oa U m� U N U) LL 0 � U 0 ° �E �U w �Q m cn �a �X Q ~ U LL 0_ vi � N N L O m ti O N ° J 0 (1) U) LL J TIGHTLY EXTENDS 2-3" OVERLAP ENDS ABOVE WATTLE 12" MIN. DIAMETER SLOPE VARIES � 0 0 0 — INLET BOX TRENCH 1/4 =1 11=1 • ° °• WATTLE DIA. 0 0 � -III II 1.5" X 1.5" HARDWOOD STAKES, 2' MAX SPACING ME PLAN VIEW HYDRAULIC —\ GRADE LINE DITCH FLOWLINE SECTION VIEW 2' MAX SPACING NOTES: 1. WATTLE MATERIAL SHALL COMPLY WITH AHTD HIGHWAY CONSTRUCTION SPECIFICATIONS SECTION 621. 2. WITH APPROVAL OF THE ENGINEER, SILT FENCE MAY BE ALLOWED AS AN ALTERNATIVE INLET PROTECTION. WATTLE DROP INLET PROTECTION SCALE: NONE SAND BAG DITCH CHECK CROSS SECTIONAL VIEW 18" TO 24" V-BOTTOM DITCH T FLAT BOTTOM DITCH 6" MIN SAND BAG DITCH CHECK NOTES: 1. SAND BAGS MAY VARY IN SIZE AND SHAPE. QUANTITY OF BAGS REQUIRED MAY VARY DEPENDING ON SIZE AND SHAPE OF DITCH. 2. SAND BAGS SHOULD BE PLACED TIGHTLY TOGETHER WITH MINIMAL GAPS. SANDBAG DITCH CHECK 6 SCALE: NONE LL N Op � II _ U) 03 wQ =m GROUND ELEVATION NOTES: 1. WATTLE MATERIAL SHALL COMPLY V V I i n AHTD HIGHWAY CONSTRUCTION SPECIFICATIONS SECTION 621. 2. SLOPE BARRIERS SHALL BE PLACED ALONG CONTOUR LINES, WITH A SHORT SECTION TURNED UPGRADE AT EACH END OF THE BARRIER. MAXIMUM LENGTH OF THE SLOPE BARRIER SHALL NOT EXCEED 250'. BARRIER ENDS SHALL BE STAGGERED. 3. WITH APPROVAL OF THE ENGINEER, SILT FENCE MAY BE ALLOWED AS AN ALTERNATIVE SLOPE BARRIER. ""INIMUM 1' OVERLAP !OTH SIDES) FRONT ELEVATION FILTER BAG WIT 3/4" TO 1 " ROC NOTES: PLAN VIEW 1. HEADWALL SILT TRAP SHALL INCLUDE TYPE II GEOTEXTILE FABRIC BAGS, NUMBER 57 STONE, LABOR AND ALL INCIDENTALS NECESSARY FOR COMPLETE INSTALLATION. 2. INLET PROTECTION IS SUITABLE FOR USE IN BOTH PAVED AND UNPAVED AREAS. 3. THE HEIGHT REQUIREMENT IS WAIVED IN CASES WHERE IT WILL CREATE AN UNACCEPTABLE PONDING SITUATION. 4. INTERWEAVE BAG ENDS TO FILL GAPS BETWEEN BAGS. 5. FILL BAGS WITH NUMBER 57 STONE BETWEEN 1/2 TO 2/3 FULL (50 LB. TO 60 LB.). HEADWALL SILT TRAP SCALE: NONE 7 MAX RPArlNC, cTAvE:c iTvo \ TRENCH 1/4 WATTLE DIA. TYPICAL ELEVATION WATTLE SECTION DIRECTION OF FLOW SECTION A - A WATTLE SLOPE BARRIER SCALE: NONE STANDARD 3.5' X 1.5' STRAW OR HAY BALE PLASTIC SHEETING WOOD POST SECTION A -A 1-4 j WOOD POST PLASTIC 4" X 4" WOOD POST OR METAL T-POST CONCRETE WASH OUT AREA Axuaff., STANDARD 3.5' X 1.5' STRAW OR HAY BALE CONCRETE WASH -OUT NOTES: 1. LOCATIONS OF OFF -SITE MATERIALS, STORAGE, WASTE, CONCRETE WASH -OUT, OR BORROW AREAS SHALL BE DETERMINED BY THE CONTRACTOR. 2. PLASTIC SHEETING MUST BE 10 MIL THICK OR TWO 6 MIL PIECES OVERLAPPED. 3. ONCE CONCRETE DRIES, IT CAN BE ROLLED UP IN THE PLASTIC FOR DISPOSAL. 4. HAY BALES MUST BE STAKED WITH POSTS HOLDING PLASTIC LINER IN PLACE AND COVERING ALL BALES. WOODEN POSTS MUST BE 3 FEET IN LENGTH. 5. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO ESTABLISH A WASH OUT AREA. 6. THE CONCRETE TRUCK DRIVER AND CONTRACTOR CAN BE CITED FOR WASH OUTS CONDUCTED IN A NON -DESIGNATED AREA. 7. AFTER THE DESIGNATED AREA FOR THE WASH OUT IS DETERMINED, SIGNAGE INDICATING CONCRETE WASH OUT AREA SHALL BE INSTALLED THAT IS VISIBLE TO EXITING VEHICLES. THE SIGN SHALL BE PLACED ON A WOOD POST AND EMBEDDED 12". rE— CONCRETE WASH OUT AREA C-106 SCALE: NONE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 H a U U) w 0 w Q 0 w r I CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 Z �— ' � ' Q 0 J12� 0� Q 3J J ��LLi mQ -j I— Q w < W >--j} XD <_ ILLaL <Z Q EROSION CONTROL DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-106 SHEET 22 NUMBER U m U O a� E U O �o m� LL �o °o cn cU J al o o M� 0 0 o0- 00:5; > N m U) 00 O � N J p M N_ co � N 0 r) 0 o d U co ~ U N LL 0 M-0 � U � O 0 ° �E �U w Q m cn c� — 3a X Q (Q \~ U LL O a vi � N N L � O om ti o 0 J Q (1) U) LL J O n N N LL O O N N LL O O n N W b'S?J OFZ OFA EXISTING TAXIWAY AIRFIELD SIGNAGE. SEE ELECTRICAL REMOVAL PLANS FOR DETAILS. EXISTING TAXIWAY EDGE LIGHT. SEE ELECTRICAL REMOVAL PLANS FOR DETAILS. RSA REMOVE 43 SY OF EXISTING ASPHALT PAVEMENT. ZOO EXISTING REIL TO REMAIN. PROTECT DURING CONSTRUCTION. EXISTING RUNWAY THRESHOLD LIGHT TO REMAIN. PROTECT DURING CONSTRUCTION. `d::I O OFA OFA REMOVE 28 SY OF EXISTING ASPHALT PAVEMENT. O REMOVE 186 SY OF EXISTING ASPHALT PAVEMENT. REMOVE 451 SY OF EXISTING ASPHALT PAVEMENT. EXISTING RUNWAY LIGHTING AND SIGNAGE TO REMAIN. PROTECT DURING CONSTRUCTION (TYP). OFA RUNWAY 16-34 BORING LOG BORING NO. STA T/ON (TW B SOUTH) OFFSET (FT) PA VEMENT SECT/ON 7 199+75.61 9.48 RT 6.75" ASPHALT 8 204+30.49 8.80 RT 8" ASPHALT 0 15, 30' 60' 90, (IN FEET) EXISTING PAVEMENT MILLING EXTENTS PAVEMENT REMOVAL RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE EXISTING CULVERT FENCE LINE ®❑ ❑o EXISTING INLET/MANHOLE ❑❑o PROPOSED INLET/MANHOLE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 1. SEE LIGHTING REMOVAL PLANS FOR ALL ELECTRICAL AND LIGHTING DEMOLITION AND DISPOSAL DETAILS. m 2. CONTRACTOR SHALL PROTECT ALL UTILITIES, DRAINAGE FACILITIES, AND AIRPORT FACILITIES THAT ARE TO REMAIN DURING CONSTRUCTION. 3. CONTRACTOR SHALL REMOVE ALL ASPHALT o PAVEMENT IN ACCORDANCE WITH ITEM P-101 a SURFACE PREPARATION. cn w 4. PRIOR TO REMOVAL, CONTRACTOR SHALL CUT A CLEAN VERTICAL EDGE AND PROTECT VERTICAL EDGE DURING CONSTRUCTION. 5. DAMAGE TO EXISTING PAVEMENT TO REMAIN SHALL REQUIRE THE CONTRACTOR TO CUT A w Q CLEAN VERTICAL EDGE BEYOND THE DAMAGE o AND REMOVE AND REPLACE THE ADDITIONAL PAVEMENT AT NO COST TO THE OWNER. w 6. SEE PLAN & PROFILE SHEETS FOR DEMOLITION LIMITS. 7. PAVEMENT SECTION INFORMATION INCLUDED IN THE BORING LOG OBTAINED THROUGH GEOTECHNICAL INVESTIGATION. MORE INFORMATION CAN BE FOUND IN THE GEOTECHNICAL REPORT. 8. PAYMENT FOR ASPHALT REMOVAL UNDER P-101-5.1 PAVEMENT REMOVAL SHALL ONLY BE I PAID FOR DEPTHS OF ASPHALT BETWEEN 0-12". 7n Lu z- 0004 00-482-���� SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. 1�9 PENN, KEYMAP ova CITY OF FAYETTEVILLE ARKANSAS W QOz z0 Z � W Q W��// 0� JLL� >J Q J MM > 0- L W Q JQ> QW LLJ > �/ �JLu XD CW�< Z LLLLLL �Q EMOLITION PLAN JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-201 SHEET 23 NUMBER EMOLITION PLAN JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-201 SHEET 23 NUMBER m U O ° ° E U O o m� LL �o °o cn cU J al a O O M 0 O o0- 00:5; > N m U) 00 �p � N J I p M N_ co 00 0 O d U co ~ U N LL 0 M-0 � U � O 0 ° �E �U w Q m cn c� — 3a X Q > U LL vi � N N L � O O m O a? N 0 J Q (1) U) LLJ dio � uM� di0 - - OFA 100+00 OFA TAXIWAY B O O r � II Li RSA `sSl RSA APRON EXISTING TAXIWAY EDGE LIGHTS. SEE ELECTRICAL REMOVAL PLANS FOR DETAILS. REMOVE 5 SY OF EXISTING ASPHALT PAVEMENT. 101+00 II OR ZOO ZOO OFZ ZOO Ful MOVE AND REPLACE EXISTING .ET, SEE GRADING AND AINAGE PLANS. REMOVE AND REPL "�� EXISTING INLET, SEE GRAI AND DRAINAGE PL `io v O O RSA VS2i RSA J:O3 Q O %- OFZ ZOO 30 OFZ 3: � O O I X Q OFA u RUNWAY 16-34 F� ❑ LJ O 104+00 OFZ `io vs:l 730 O BORING LOG BORING NO. STA T/ON (TW B NORTH) OFFSET (FT) PA VEMENT SECT/ON B6 104+20.84 2.98 LT 11" ASPHALT co O N i U W W W I W Z U Q 1 1 •1 •1 (IN FEET) EXISTING PAVEMENT MILLING EXTENTS PAVEMENT REMOVAL RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE EXISTING CULVERT FENCE LINE ®❑ ❑o EXISTING INLET/MANHOLE ❑® ❑ PROPOSED INLET/MANHOLE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 1. SEE LIGHTING REMOVAL PLANS FOR ALL ELECTRICAL AND LIGHTING DEMOLITION AND DISPOSAL DETAILS. m 2. CONTRACTOR SHALL PROTECT ALL UTILITIES, DRAINAGE FACILITIES, AND AIRPORT FACILITIES THAT ARE TO REMAIN DURING CONSTRUCTION. 3. CONTRACTOR SHALL REMOVE ALL ASPHALT o PAVEMENT IN ACCORDANCE WITH ITEM P-101 a SURFACE PREPARATION. cn Lu 4. PRIOR TO REMOVAL, CONTRACTOR SHALL CUT A CLEAN VERTICAL EDGE AND PROTECT VERTICAL EDGE DURING CONSTRUCTION. 5. DAMAGE TO EXISTING PAVEMENT TO REMAIN SHALL REQUIRE THE CONTRACTOR TO CUT A w Q CLEAN VERTICAL EDGE BEYOND THE DAMAGE 0 AND REMOVE AND REPLACE THE ADDITIONAL PAVEMENT AT NO COST TO THE OWNER. w 6. SEE PLAN & PROFILE SHEETS FOR DEMOLITION LIMITS. 7. PAVEMENT SECTION INFORMATION INCLUDED IN THE BORING LOG OBTAINED THROUGH GEOTECHNICAL INVESTIGATION. MORE INFORMATION CAN BE FOUND IN THE GEOTECHNICAL REPORT. 8. PAYMENT FOR ASPHALT REMOVAL UNDER P-101-5.1 PAVEMENT REMOVAL SHALL ONLY BE I PAID FOR DEPTHS OF ASPHALT BETWEEN 0-12". w o m m �� 0004 SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP I CITY OF FAYETTEVILLE ARKANSAS W Q z0 Z �- p WQ W~� p� J LL_ > J JOQ >0-w mQ JQ> QW w -per �Jw Xp CW� Z LLLLLL �Q EMOLITION PLAN II JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-202 SHEET 24 NUMBER EMOLITION PLAN II JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-202 SHEET 24 NUMBER U O E U O 'o �Fa L m� Q CL ..u- �o >o cn cU �QJ � I o_ O p = (o L 00= 0 o� co:5; �a m �L�? > N m U) 00 �, p m N J p m N_ CD � N 0 � Ud m ~ U N cn0- cn � U � O 0 O �E Ew �Q m cn X Q (Q ~ U LL O 0_ vi � N N L 1�t co O m ti O � N O J Q OFA N O• N i U 05+00 W W U) i W Z_ J U CQ RSA G ^EMOVE AND REPLACE KISTING INLET, SEE RADING AND RAINAGE PLANS. di0 `ds2� APRON REMOVE AND REPLACE EXISTING INLET, SEE GRADING AND DRAINAGE PLANS. d:j0 106+00/ 107+00 REMOVE 96 SY OF EXISTING ASPHALT PAVEMENT. RSA dsld EXISTING TAXIWAY AIRFIELD LIGHTING. SEE ELECTRICAL REMOVAL PLANS FOR DETAILS. REMOVE AND REPLACE EXISTING INLET, SEE GRADING AND DRAINAGE PLANS. REMOVE EXISTING INLET, SEE GRADING AND DRAINAGE PLANS. OFA 108+00 TAXIWAY B RSA OFZ ZiO ------ U OFZ OFZ ZOO X Q `d j ds�:l REMOVE AND REPLACE EXISTING INLET, SEE GRADING AND DRAINAGE PLANS. dip 109+00 110+00 REMOVE 47 SY OF EXISTING A f1 r-%1 IAI T r-%A\/rR ArA IT — RSA OFZ O di0 REMOVE AND REPLACE EXISTING INLET, SEE GRADING AND DR INAGE PLANS. O O N 111+00 REMOVE 31 SY OF U EXISTING A PHALT PAVEMENT. Uj RSA ■ I al Z:j0 OFZ ZOO RUNWAY 16-34 ■ u w w z `1 = OFZ 1C G I 0 LJ EXISTING PAVEMENT MILLING EXTENTS PAVEMENT REMOVAL RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE EXISTING CULVERT FENCE LINE 0 Q EXISTING INLET/MANHOLE ❑❑o PROPOSED INLET/MANHOLE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 1. SEE LIGHTING REMOVAL PLANS FOR ALL ELECTRICAL AND LIGHTING DEMOLITION AND DISPOSAL DETAILS. m 2. CONTRACTOR SHALL PROTECT ALL UTILITIES, DRAINAGE FACILITIES, AND AIRPORT FACILITIES THAT ARE TO REMAIN DURING CONSTRUCTION. 3. CONTRACTOR SHALL REMOVE ALL ASPHALT o PAVEMENT IN ACCORDANCE WITH ITEM P-101 a SURFACE PREPARATION. cn Lu 4. PRIOR TO REMOVAL, CONTRACTOR SHALL CUT A CLEAN VERTICAL EDGE AND PROTECT VERTICAL EDGE DURING CONSTRUCTION. 5. DAMAGE TO EXISTING PAVEMENT TO REMAIN w SHALL REQUIRE THE CONTRACTOR TO CUT A Q CLEAN VERTICAL EDGE BEYOND THE DAMAGE 0 AND REMOVE AND REPLACE THE ADDITIONAL PAVEMENT AT NO COST TO THE OWNER. 6. SEE PLAN & PROFILE SHEETS FOR DEMOLITION LIMITS. 7. PAVEMENT SECTION INFORMATION INCLUDED IN THE BORING LOG OBTAINED THROUGH GEOTECHNICAL INVESTIGATION. MORE INFORMATION CAN BE FOUND IN THE GEOTECHNICAL REPORT. 8. PAYMENT FOR ASPHALT REMOVAL UNDER P-101-5.1 PAVEMENT REMOVAL SHALL ONLY BE PAID FOR DEPTHS OF ASPHALT BETWEEN 0-12". o Lu n z- 0004 D 800-482-���� SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP Q CITY OF FAYETTEVILLE ARKANSAS W z0 � W ~ 0 W 1-- 0_ < j N > J J Q LL -j m Q �Q> Qw Lu i �Q Qw< QZ LL LL LL Q EMOLITION PLAN III JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-203 SHEET 25 NUMBER E U O 'o m� Q 0- .;' u- �o �o cn cnU J al o_ O O (o L 00 O o� co:5; Z::a co �L�? > N m U) 00 O N J p N_ CD N 0 � Ud m ~ U N LL 0 � U � O 0 O �U E LU Q m cn X Q ,a vi N L co O m O N O J Q co O CV U 12+00 w w W LJ z_ J U CQ G A VzIO 113+00 RSA VS?J ZZIO OFZ 0 O B5 ZZIO • 114+00 TAXIWAY B OFZ 115+00 ZZIO ■ OFZ b= EXISTING TAXIWAY AIRFIELD LIGHTING. SEE ELECTRICAL REMOVAL PLANS FOR DETAILS. 116+00 ZZIO tww OFZ 11 1• • REMOVE 881 SY OF EXISTING ASPHALT PAVEMENT. ■ ZZIO 101 +00 OFZ .,B3 ZOO BORING LOG BORING NO. STA T/ON (TW B NORTH) OFFSET (FT) PA VEMEIVT SECTION B3 118+45.23 2.84 RT BORING IN WIDENING AREA B4 117+17.06 7.54 LT 9.511 ASPHALT B5 113+72.75 2.95 LT 7.5' ASPHALT 0 15, 30' 60' 90, (IN FEET) EXISTING PAVEMENT MILLING EXTENTS PAVEMENT REMOVAL RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE EXISTING CULVERT FENCE LINE ®❑ ❑o EXISTING INLET/MANHOLE 0 0 PROPOSED INLET/MANHOLE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 1. SEE LIGHTING REMOVAL PLANS FOR ALL ELECTRICAL AND LIGHTING DEMOLITION AND Lo DISPOSAL DETAILS. O } N 2. CONTRACTOR SHALL PROTECT ALL UTILITIES, m U DRAINAGE FACILITIES, AND AIRPORT FACILITIES THAT ARE TO REMAIN DURING CONSTRUCTION. w 3. CONTRACTOR SHALL REMOVE ALL ASPHALT o w PAVEMENT IN ACCORDANCE WITH ITEM P-101 a SURFACE PREPARATION. U) Lu Lu 4. PRIOR TO REMOVAL, CONTRACTOR SHALL CUT A CLEAN VERTICAL EDGE AND PROTECT VERTICAL w EDGE DURING CONSTRUCTION. z_ 5. DAMAGE TO EXISTING PAVEMENT TO REMAIN J SHALL REQUIRE THE CONTRACTOR TO CUT A w Q CLEAN VERTICAL EDGE BEYOND THE DAMAGE o U AND REMOVE AND REPLACE THE ADDITIONAL PAVEMENT AT NO COST TO THE OWNER. Q 6. SEE PLAN & PROFILE SHEETS FOR DEMOLITION LIMITS. 7. PAVEMENT SECTION INFORMATION INCLUDED IN THE BORING LOG OBTAINED THROUGH GEOTECHNICAL INVESTIGATION. MORE INFORMATION CAN BE FOUND IN THE GEOTECHNICAL REPORT. 8. PAYMENT FOR ASPHALT REMOVAL UNDER P-101-5.1 PAVEMENT REMOVAL SHALL ONLY BE PAID FOR DEPTHS OF ASPHALT BETWEEN 0-12" W OZ 800-482—'oj SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 z W Q 0� _j Q � J J 0-LLI Q LLJ I—Q% Lu <w �Q wC)w W Q Q LL LL LL Q z Q DEMOLITION PLAN IV JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-204 SHEET 26 NUMBER a� E U O ' 0 L m Q w� ..u- J0 0 >0 cn cnU in O M� J Q � I o_ O O co L 00 o o� c� Z::a co ai �? > N (Q 00 �p m N J p N_ CD � N Ink Ud m ii ~ U N W LL 0 � U � O 00 _�E �U w �Q m co c� d X Q c� \~ U LL a vi � N N L co O m ti o 0 J Q O CV U 19+00 120+00 w EXISTING TAXIWAY SIGNAGE LIGHTING. SEE ELECTRICAL REMOVAL PLANS FOR DETAILS. �� w � O W o Z J o U C< G OFZ ZzlO O �_ CONSTRUCT 50 LF MILLED I TRANSITION TO EXISTING X TAXIWAY PAVEMENT. REMOVE 78 SY OF EXISTING ASPHALT PAVEMENT. RUNWAY 16-34 OFA c c c EXISTING TAXIWAY AIRFIELD LIGHTING. SEE ELECTRICAL REMOVAL PLANS FOR DETAILS. m N, RSA ZzlO OFZ ZOO REMOVE 1231 SY OF EXISTING ASPHALT PAVEMENT. o O + N OtN N t O O O LL O O O + co �l Lo + co N u ❑O F ■ O N N LL c OFA OFA RSA BORING LOG BOR/lVG IVO. STA T/ON (TW S N01?TH) OFFSET (FT) PA VEMENT SECT/ON B1 121+86.21 13.54 LT 9.5" ASPHALT B2 120+18.21 25.18 RT BORING IN WIDENING AREA 0 15, 30' 60' 90, (IN FEET) LEGEND EXISTING PAVEMENT MILLING EXTENTS PAVEMENT REMOVAL RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE EXISTING CULVERT FENCE LINE ®❑ ❑o EXISTING INLET/MANHOLE ❑ a PROPOSED INLET/MANHOLE ninT�c. 1. SEE LIGHTING REMOVAL PLANS FOR ALL ELECTRICAL AND LIGHTING DEMOLITION AND DISPOSAL DETAILS. 2. CONTRACTOR SHALL PROTECT ALL UTILITIES, DRAINAGE FACILITIES, AND AIRPORT FACILITIES THAT ARE TO REMAIN DURING CONSTRUCTION. © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 3. CONTRACTOR SHALL REMOVE ALL ASPHALT o PAVEMENT IN ACCORDANCE WITH ITEM P-101 a SURFACE PREPARATION. I cn w 4. PRIOR TO REMOVAL, CONTRACTOR SHALL CUT A I CLEAN VERTICAL EDGE AND PROTECT VERTICAL EDGE DURING CONSTRUCTION. 5. DAMAGE TO EXISTING PAVEMENT TO REMAIN SHALL REQUIRE THE CONTRACTOR TO CUT A CLEAN VERTICAL EDGE BEYOND THE DAMAGE AND REMOVE AND REPLACE THE ADDITIONAL PAVEMENT AT NO COST TO THE OWNER. 6. SEE PLAN & PROFILE SHEETS FOR DEMOLITION LIMITS. 7. PAVEMENT SECTION INFORMATION INCLUDED IN THE BORING LOG OBTAINED THROUGH GEOTECHNICAL INVESTIGATION. MORE INFORMATION CAN BE FOUND IN THE GEOTECHNICAL REPORT. 8. PAYMENT FOR ASPHALT REMOVAL UNDER P-101-5.1 PAVEMENT REMOVAL SHALL ONLY BE PAID FOR DEPTHS OF ASPHALT BETWEEN 0-12" 0 W m J l� 7n o z R1 800-482—'oj SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. 1�9 KEYMAP w Q 0 > w CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 Z w~�// W Q 0 J LL > J �0< �0-w mQ �LLJ Q> QW �Q w—jw Q—< QZ LL LL u- Q DEMOLITION PLAN V JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-205 SHEET 27 NUMBER 0 m a� E U O O � N (o EL m� � �? LL �0 -0CL (0 �U O J QI 75; . __0 a N N L co O O � O N d > N U� cnN J p N � N CD 0 oCL0 U m ~ co N U) LL o U) 0- 0)-o � U � O L O � E cU E LU a� Q m cn � o co \~ U / L LL co 0_ vi O N_ E co O m I- J CL a� LL J 0 n N N LL 0 0 N N LL 0 0 n N ` =10 -� -----1230 1229 1228 OFA 1231 1230 �1229 1231 --1232 ` =10 OFA 1230 1233 1234--- 1235 -------_1236 +00 - RSA --� 1234 1237 �r_�:11���/_\'a:� ZjO 1233 0 0.0•0 (IN FEET) EXISTING PAVEMENT PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE DITCH LINE FENCE LINE EXISTING CULVERT PROPOSED CULVERT EXISTING INLET/JUNCTION BOX °❑ PROPOSED INLET/JUNCTION BOX EXISTING CONTOUR 1350 PROPOSED CONTOUR NOTES: 1. UNLESS OTHERWISE NOTED, CONTRACTOR SHALL TOPSOIL AND SEED ALL DISTURBED AREAS. 800-482-5�'� SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. R. z 0 o_ U U) w 0 W �_ CITY OF FAYETTEVILLE ARKANSAS W QN z0 0. 0 Z � � W 0� �J —jOQ ��-j mQ FQ> Lu w Q QW �JLu WQ XD LL_ LL Z F- Q GRADING & DRAINAGE PLAN JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1.. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-301 SHEET 28 NUMBER E U O �o L m Q w� .. w �o >o mU J QI w� N � N L 0 C _O N d o:5; ('A 0- (.0 O i; > N 00 m c O N J O N O CD CD a) 0 m CD r) UrH vio TA�SWAY B ZOO vs O 1246 1248 1247 1249 100+00 tkb fir' APRON rB STA. 102+31.38; OFF. 46.17' LT C-306 INSTALL NEW 5.5'X5.5' OD INLET GRATE ELEVATION: 1251.00 RCAP (E) = 1248.05 INSTALL 10 LF OF 29X18" RCAP @ 1.7%. 101+00 102+00 rB STA. 103+99.72; OFF. 45.27' LT C-306 INSTALL NEW 5.5'X5.5' OD INLET GRATE ELEVATION: 1252.33 FL 29X18" RCAP (E) = 1249.37 �1252 `io A o 103+00 INSTALL 10 LF OF 29X18" RCAP @ 2.1 %. 1253 \ 1251 \ IIrA ST . 102+31.33; OFF. 30.57' LT INSTALL NE 'X6' OD JUCTION BOX q STA. 103+99.90; OFF. 25.63' LT C-306 TO ELEVATION: 1251.68 INSTALL NEW 6'X6' OD JUNCTION BOX C-306 TOP ELEVATION: 1252.96 FL 2 " RCP (N) = 1247.78 \ FL 18"�CP (E) = 1247.52FL 24" RCP (N) = 1249.06 FL 29X18" RCP (W) = 1247.88 FL 24" RCP (E) = 1249.04 FL 29X18" RCAP (W) = 1249.16 II � RSA ds2 ;A RSA 'Il a OFZ 1247 ZOO �1255 ��- 1253 - 1252---- 0 illft, 1252 1251 OFZ RUNWAY 16-34 `ds2l ZOO M CD CM 1 U w w U) i W Z U C� G 0 15' 30' 60' 90, (IN FEET) EXISTING PAVEMENT PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE DITCH LINE FENCE LINE EXISTING CULVERT PROPOSED CULVERT EXISTING INLET/JUNCTION BOX ®❑ ❑� PROPOSED INLET/JUNCTION BOX EXISTING CONTOUR 1350 PROPOSED CONTOUR NOTES: 1. UNLESS OTHERWISE NOTED, CONTRACTOR SHALL TOPSOIL AND SEED ALL DISTURBED AREAS. 2. ALL PIPE REQUIRED TO CONNECT EXISTING RCP TO NEW INLET OR JUNCTION BOX WILL NOT BE MEASURED SEPARATELY BUT WILL BE CONSIDERED SUBSIDIARY TO THE COST OF THE INLET OR JUNCTION BOX. SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 1= U w 0 w Q 0 w CITY OF FAYETTEVILLE ARKANSAS W Q Z O 0 Z ' W Q 0 _j Q � J J �g�--j mQ �Q> C) QW LJLu Q L J 0 Q LL LL LL Q GRADING & DRAINAGE PLAN II JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-302 SHEET 29 NUMBER U O ° E U O N o ° L m� <� -0o -0a °o �U J Q � I o_ N � N L 0 0 o d N og N d co o i� > N c� -�6CD N co O N O 3 � N 0 � r) B STA. 106+47.44; OFF. 61.72' LT INSTALL NEW 5'X5' OD JUNCTION BOX �O6 TOP ELEVATION: 1254.50 FL 18" RCP (N) = 1250.85 FL 18" RCP (W) = 1250.61 * FL 18" RCP (E) = 1250.61 * OFA -1254= N r3 - i U 05+00 w w U) i W Z J U RSA 75 OFZ V=1O 106+00 TAXIWAY B STA. 109+63.25; OFF. 198.01' LT FL: 1256.85 STA. 106+70.00; OFF. 53.32' LT C INSTALL NEW 18" C-307 FLARED END SECTION FL ELEVATION: 1251.09 B STA. 110+14.67; OFF. 44.69' LT STA. 109+09.95; OFF. 42.23' C-306 INSTALL NEW 5' X 5' OD INLET B INSTALL NEW 5'X5' OD JUNCTION BOX GRATE ELEVATION: 1253.20 �O6 TOP ELEVATION: 1253.70 FL 18" RCP (N) = 1249.28* FL 18" RCP (N) = 1249.88* FL 18" RCP (S) = 1249.28* FL 18" RCP (S) = 1249.88* FL 18" RCP (W) = 1249.88* 1256/ D STA. 108+51.24; OFF. 41.49' LT \ // REMOVE EXISTING INLET STRUCTURE, �O7 REPLACE WITH 24 LF OF 18" RCP AND PIPE COLLAR ON EACH END. STA. 106+74.96; OFF. 51.12' LT APRON FL: 1251.09 OFA V=1O STA. 106+84.41; OFF. 50.67' LT =A FL: 1251.18 --- 425 --- --- -3 STA. 106+82.82; OFF. 46.79' I ---- �5, FL: 1251.31 STA. 106+73.03; OFF. 44.94' LT STA. 109+05.03; OFF. 40.29' LT FL: 1251.63 FL: 1253.70 107+00 108+00 109+00 INSTALL 24 LF OF 18" RCP @ 1.0%. STA. 105+41.16; OFF. 25.80' LT STA. 106+40.91; OFF. 26.34' LT INSTALL NEW 5.5'X5.5' OD JUNCTION BOX '4 INSTALL NEW 5.5'X5.5' OD JUNCTION BOX A TOP ELEVATION: 1253.54 C-306 TOP ELEVATION: 1253.76 C-306 FL 20" RCP (N) = 1249.94 FL 18" RCP (N) = 1250.48* _ FL 24" RCP (S) = 1249.91 FL 18" RCP (S) = 1250.48* VSNd FL 18" RCP (W) = 1250.48* RSA STA. 109+37.74; OFF. 39.97' LT vs 13 rD PRIOR TO DITCH PAVING, C-307 PIPE SHALL BE LOCATED AND REPAIRED WITH A PIPE COLLAR ZOO OFZ �FZ ZOO ZJO rB INSTALL 50 SY - 1250 �O7 OF CONCRETE PAVED DITCH. 1249 �idn 1253= J RSA 1254 STA. 111 +59.80; OFF. 80.19' LT FL: 1249.97 STA. 111 +08.91; OFF. 160.77' LT FL: 1252.82 k 110+93.28; OFF. 177.87' LT FL: 1253.48 12�7 12 4 STA. 111 +56.21; OFF. 70.88' LT rc T C-307 INSTALL NEW 18" \ FLARED END SECTION FL ELEVATION: 1249.55 / 'II O _ STA. 111 +27.17; OFF. 103.70' LT FL: 1251.11 STALL 2 LF OF 1254 18" RCP @ .0%. 110+00 1 12 �25 �252- 125 1250' t�F O CM i U � w 1254 -- Uj �11 = STA. 111 +53.89; OFF. 35.81' LTzz (f) INSTALL NEW 5'X5' OD JUNCTION BOX /1255 TOP ELEVATION: 1253.23 / w FL 18" RCP (E) = 1248.60* `dSb FL 18" RCP (S) = 1248. 0* Z \ FL 18" RCP (W) = 1 49.31 J / zjO OFZ 0-7 RUNWAY 16-34 111+00 1252 U OFZ Q O 1251 7� 7 I LJ EXISTING PAVEMENT PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE DITCH LINE FENCE LINE EXISTING CULVERT PROPOSED CULVERT EXISTING INLET/JUNCTION BOX ®❑ ❑� PROPOSED INLET/JUNCTION BOX EXISTING CONTOUR 1350 PROPOSED CONTOUR NOTES: © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 1. UNLESS OTHERWISE NOTED, CONTRACTOR a SHALL TOPSOIL AND SEED ALL DISTURBED AREAS. w 0 2. ALL PIPE REQUIRED TO CONNECT EXISTING RCP TO NEW INLET OR JUNCTION BOX WILL NOT BE MEASURED SEPARATELY BUT WILL BE CONSIDERED SUBSIDIARY TO THE COST OF THE INLET OR JUNCTION BOX. w Q 3. AN ASTERISK (*) AFTER THE FLOW LINE INDICATE EXACT FLOW LINE ELEVATION AND PIPE SIZE ARE UNKNOWN. CONCRETE DITCH PAVING STATION OFFSET FLOWLINE 109+11.03 40.15 LT 1253.70 109+14.21 40.27 LT 1253.34 109+49.76 41.36 LT 153.32 109+99.75 42.91 LT 1253.24 110+04.32 43.06 LT 1253.23 110+09.32 43.22 LT 1253.20 W 0 O \800-482-8��� SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP CITY OF FAYETTEVILLE ARKANSAS Y Z � z0 0 W ~ u 0~ ��/ J 0L Q > J J >�-j 00Q �Q> Lu QW �Q w�w Qw< LL LL u- QZ Q GRADING & DRAINAGE PLAN III JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-303 SHEET 30 NUMBER M U O m E U O 76 O � L M� W IL . LL -00 -0CL (o �U J Q 2 I a__0 N N L c 2 o� og N d C.0(o > N U)co cnC) J p N � N � N c? o oCLO U m ~ co N U) LL O U) 0- 0)-o � U •� o L O cU Ew a� Q m cn � o 57< co / L r •� LL c6 a vi O N_ I= co O m I .. o- O J CL a� LL J 0 15' 30' 60' 90, © 2017 GARVER, LLC (IN FEET) THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS LEGEND AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. EXISTING PAVEMENT 1257 PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA 1256� OFZ OBSTACLE FREE ZONE 1255 --- DITCH LINE - 1254 ` io OFA ViO OFA ViO FENCE LINE 1253 1252 STA. 116+00.35; OFF. 53.57' LT EXISTING CULVERT �1257 FL: 1254.42 PROPOSED CULVERT 1251 -- -- 1252 ---- --- --- --- --- --- - ---1 255 BOX 1253 1254 PROPOSED INLET/JUNCTION co 1254- BOX O O EXISTING CONTOUR } 1254 U 1350 PROPOSED CONTOUR U 12+00 113+00 114+ 115+00 116+00 _117+00 8+00 W W NOTES: o w TAX B 1255 w 0 a 1254 1. UNLESS OTHERWISE NOTED, CONTRACTOR SHALL TOPSOIL AND SEED ALL DISTURBED U) U) AREAS. o w J 1254 w z z J A VS2J RSA ` sS :] 1254 R�A--�v � RSA b�S RSA bSb � Lu A Q U U 1>11 I NW LL 73 ZOO OFZ ZzlO OFZ ZzlO ZOO OFZ ZOO OF'253 1 Zz1O 1252 CITY OF FAYETTEVILLE ARKANSAS Lu Y v Z � z O 1252 0 ~ 1251 Lu 1-- 0 F- �J -jOQ LLJ F— Q> QwLu �/ Lu o o rrl_ �W} XD Z �—Q 1-1LLLLL�L GRADING & DRAINAGE 7,&00_482�a PLAN IV 1251 SEE CONSTRUCTION SAFETY AND PHASING 1251 PLANS FOR DETAILS. JOB NO.: 17041211 KEYMAP DATE: JUNE 2018 DESIGNED BY. BMP RUNWAY 16-34 DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING r t^4 a�. 1.. .- - IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER �. C-304 SHEET 31 NUMBER m c a� E U O 76 O � E M� W � �? LL -00 -0CL (o �U O J Q 75; I a__0 N N L co O O � og N d > N U)co cnC) J p N � N CD r) oCL0 U m co N U) LL o U) 0- 0)-o O U � O L O � E cU E LU a� Q m cn � o co \~ U / L LL co a vi O N E co O m I .. o- O J CL a� LL J co 1 U w w U) 1 W Z J U Q 75 OFA - - FA —1257 / STA. 120+58.90; OFF. 92.34' LT FL: 1251.35 1256 �; 1255 5 1253 OFZ —1251 1254 RSA 120+00 Z=I RUNWAY 16-34 Lo N Irl s� zzOFZ ZzlO o o N N T- 0 0 � J ry L0 L0 + M N 7- \'2s2 RSA ZOO 1 1 •1 •1 (IN FEET) EXISTING PAVEMENT PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE DITCH LINE V=10 OFA V=10 OFA FENCE LINE EXISTING CULVERT PROPOSED CULVERT EXISTING INLET/JUNCTION BOX °❑ PROPOSED INLET/JUNCTION BOX EXISTING CONTOUR 1350 PROPOSED CONTOUR STA. 121 +05.43; OFF. 152.62' LT FL: 1250.39 O N N LL O O n N N LL c NOTES: 1. UNLESS OTHERWISE NOTED, CONTRACTOR SHALL TOPSOIL AND SEED ALL DISTURBED AREAS. © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. R. z 0 a U U) w 0 vsA RSA vsj RSA I I Q 0 800-482-5�'� SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP NW LL I u;s CITY OF FAYETTEVILLE ARKANSAS L LJ Q z0 Z L1 ~ 0 ~ 3:m —jOQ >0-w mQ LLJ F Q w J Q Q Lu L �Jw LL XD Q ILL LLLL Z F- GRADING & DRAINAGE PLAN V JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1.. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-305 SHEET 32 NUMBER m U O c E U O �0 m Q N a 0 a)a �Q �U c� a J � al 0-)� 0 L r O-6 N O 0 mLo m N �)00 J N mCD N p N r) 6 O oa U m ~ N UU) LL O M-0 � U � O 0 O oU EW a)Q m cn o X Q ~ U >� LL O 0_ � N N L co O m ti o N O J CL a� LL J #6 BARS @ 6" O.C. MIN. IN BOTTOM OF TOP SLAB (TYP. REINF.) (NOT SHOWN) Ni ADD 3 - #6'S IN BO TOP OF SLAB (TYP. BOTTOM OF TOP (TYP. EA. SIDE) B #5 DIAGONALS ARO OPENING AS DETAI IN TOP OF SLAB. SEE TABLE, DETAI #5 BARS @ 10" O.C. (TYP.) L TTOM OF 0 0 0 0 0 0 0 EA. SIDE) — — — SLAB O O 0 IrIl UND LED o 0 AND o SPECFICATIONS FOR FRAME AND SOLID LID REQUIREMENTS. SEE TABLE, DETAIL AND SPECIFICATIONS FOR GRATE REQUIREMENTS i A MANHOLE COVER DESIGN PARAMETERS MATERIAL CAST IRON WHEEL LOADING 100,000 LBS MIN. OPENING 32" MIN. RCP �-a RCP GRATE DESIGN PARAMETERS MATERIAL DUCTILE IRON WEIR PERIMETER 9.8 FT. MIN. FREE OPEN AREA 2.4 S.F. MIN. WHEEL LOADING 40,000 LBS MIN. #5 BARS @ 10" O.C. B EACH WAY (CENTER IN WALL) 6" WATERSTOP (TYP.) 12" COMPACTED FILL #5 DIAGONAL BARS #5 DIAGONAL BARS IN TOP OF SLAB IN TOP OF SLAB CN a #5 BARS @ 10" O.C. W/ _ J 900 HOOKS Q #6 BARS @ 6" O.C. EACH NT J z WAY (TYP. REINF.) N Z_ U 2 ADDED 3 - #6 N ©2017GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION bo -ol OF THIS DOCUMENT, ALONG WITH U) I I 10" MIN. 10" MIN. THE IDEAS AND DESIGN CONTAINED 10" MIN. 10" MIN. zz = HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY J Ur GARVER, LLC OR EXPLICITLY W ALLOWED IN THE GOVERNING LLl = PROFESSIONAL SERVICES Lu AGREEMENT FOR THIS WORK. co 6" 6" X a MIN. CLR. MIN. CLR. SLOPE FLOOR TO POINT OF DISCHARGE j g Q #5 U-BARS @ 10" Q co o J O.C. EACH WAY J U N N cy) o i. I o 1 0 lo Lo "ol/ V o 0 0 0 0 o CV z o 0 0 0 o a o a o 0 0 ROUGHEN SURFACE 1 /4" MIN. AMPLITUDE��//����. NOTE: (TYP.) N SLOPE FLOOR TO #5 U-BARS @ 10" POINT OF DISCHARGE O.C. EACH WAY MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE. IF THE MAX. WIDTH = 6' 8" CONTRACTOR CANNOT MEET THE MINIMUM LAP MAX. WIDTH = 6' 8" REQUIREMENT DUE TO THE INLET HEIGHT, THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVAILABLE LENGTH. AIRFIELD GRATE INLET/JUNCTION BOX (HEAVY) SCALE: NONE 444 BARS EACH SIDE #4 BARS @ 8" O.C. oZ Q z 00 T— 12" COMPACTED FILL 40" MAX. J U N 3-#4 BARS z J U � N J 00 8" MIN. 8" MIN. 611 611 MIN. CLR. MIN. CLR. U co #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 6" WATERSTOP (TYP.) J U 444 BARS EACH SIDE N #4 BARS @ 8" O.C. #4@10"O.C.— EACH WAY ROUGHEN SURFACE 1/4" MIN. AMPLITUDE (TYP.) AIRFIELD GRATE INLET/JUNCTION BOX (STANDARD) SCALE: NONE MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE. IF THE CONTRACTOR CANNOT MEET THE MINIMUM LAP REQUIREMENT DUE TO THE INLET HEIGHT, THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVAILABLE LENGTH. p"[1]I1111I►TI_�:� 3-#4 BARS Q J U z � N 00 8" MIN. 8" MIN. Q J cl� z SLOPE FLOOR U TO POINT OF co 00 DISCHARGE �V�� �� #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 01 w w Owe CITY OF FAYETTEVILLE ARKANSAS w QN z0 0. W I— LL � 0 � —jOQ 3: co / 0— LLm Q LLJ �Qw <w w�w � QwQ Qz LL LL LL Q GRADING & DRAINAGE DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-306 SHEET 33 NUMBER SPECFICATIONS FOR FRAME AND SOLID LID REQUIREMENTS. SEE TABLE, DETAIL AND SPECIFICATIONS FOR GRATE REQUIREMENTS i A MANHOLE COVER DESIGN PARAMETERS MATERIAL CAST IRON WHEEL LOADING 100,000 LBS MIN. OPENING 32" MIN. RCP �-a RCP GRATE DESIGN PARAMETERS MATERIAL DUCTILE IRON WEIR PERIMETER 9.8 FT. MIN. FREE OPEN AREA 2.4 S.F. MIN. WHEEL LOADING 40,000 LBS MIN. #5 BARS @ 10" O.C. B EACH WAY (CENTER IN WALL) 6" WATERSTOP (TYP.) 12" COMPACTED FILL #5 DIAGONAL BARS #5 DIAGONAL BARS IN TOP OF SLAB IN TOP OF SLAB CN a #5 BARS @ 10" O.C. W/ _ J 900 HOOKS Q #6 BARS @ 6" O.C. EACH NT J z WAY (TYP. REINF.) N Z_ U 2 ADDED 3 - #6 N ©2017GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION bo -ol OF THIS DOCUMENT, ALONG WITH U) I I 10" MIN. 10" MIN. THE IDEAS AND DESIGN CONTAINED 10" MIN. 10" MIN. zz = HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY J Ur GARVER, LLC OR EXPLICITLY W ALLOWED IN THE GOVERNING LLl = PROFESSIONAL SERVICES Lu AGREEMENT FOR THIS WORK. co 6" 6" X a MIN. CLR. MIN. CLR. SLOPE FLOOR TO POINT OF DISCHARGE j g Q #5 U-BARS @ 10" Q co o J O.C. EACH WAY J U N N cy) o i. I o 1 0 lo Lo "ol/ V o 0 0 0 0 o CV z o 0 0 0 o a o a o 0 0 ROUGHEN SURFACE 1 /4" MIN. AMPLITUDE��//����. NOTE: (TYP.) N SLOPE FLOOR TO #5 U-BARS @ 10" POINT OF DISCHARGE O.C. EACH WAY MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE. IF THE MAX. WIDTH = 6' 8" CONTRACTOR CANNOT MEET THE MINIMUM LAP MAX. WIDTH = 6' 8" REQUIREMENT DUE TO THE INLET HEIGHT, THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVAILABLE LENGTH. AIRFIELD GRATE INLET/JUNCTION BOX (HEAVY) SCALE: NONE 444 BARS EACH SIDE #4 BARS @ 8" O.C. oZ Q z 00 T— 12" COMPACTED FILL 40" MAX. J U N 3-#4 BARS z J U � N J 00 8" MIN. 8" MIN. 611 611 MIN. CLR. MIN. CLR. U co #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 6" WATERSTOP (TYP.) J U 444 BARS EACH SIDE N #4 BARS @ 8" O.C. #4@10"O.C.— EACH WAY ROUGHEN SURFACE 1/4" MIN. AMPLITUDE (TYP.) AIRFIELD GRATE INLET/JUNCTION BOX (STANDARD) SCALE: NONE MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE. IF THE CONTRACTOR CANNOT MEET THE MINIMUM LAP REQUIREMENT DUE TO THE INLET HEIGHT, THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVAILABLE LENGTH. p"[1]I1111I►TI_�:� 3-#4 BARS Q J U z � N 00 8" MIN. 8" MIN. Q J cl� z SLOPE FLOOR U TO POINT OF co 00 DISCHARGE �V�� �� #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 01 w w Owe CITY OF FAYETTEVILLE ARKANSAS w QN z0 0. W I— LL � 0 � —jOQ 3: co / 0— LLm Q LLJ �Qw <w w�w � QwQ Qz LL LL LL Q GRADING & DRAINAGE DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-306 SHEET 33 NUMBER RCP �-a RCP GRATE DESIGN PARAMETERS MATERIAL DUCTILE IRON WEIR PERIMETER 9.8 FT. MIN. FREE OPEN AREA 2.4 S.F. MIN. WHEEL LOADING 40,000 LBS MIN. #5 BARS @ 10" O.C. B EACH WAY (CENTER IN WALL) 6" WATERSTOP (TYP.) 12" COMPACTED FILL #5 DIAGONAL BARS #5 DIAGONAL BARS IN TOP OF SLAB IN TOP OF SLAB CN a #5 BARS @ 10" O.C. W/ _ J 900 HOOKS Q #6 BARS @ 6" O.C. EACH NT J z WAY (TYP. REINF.) N Z_ U 2 ADDED 3 - #6 N ©2017GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION bo -ol OF THIS DOCUMENT, ALONG WITH U) I I 10" MIN. 10" MIN. THE IDEAS AND DESIGN CONTAINED 10" MIN. 10" MIN. zz = HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY J Ur GARVER, LLC OR EXPLICITLY W ALLOWED IN THE GOVERNING LLl = PROFESSIONAL SERVICES Lu AGREEMENT FOR THIS WORK. co 6" 6" X a MIN. CLR. MIN. CLR. SLOPE FLOOR TO POINT OF DISCHARGE j g Q #5 U-BARS @ 10" Q co o J O.C. EACH WAY J U N N cy) o i. I o 1 0 lo Lo "ol/ V o 0 0 0 0 o CV z o 0 0 0 o a o a o 0 0 ROUGHEN SURFACE 1 /4" MIN. AMPLITUDE��//����. NOTE: (TYP.) N SLOPE FLOOR TO #5 U-BARS @ 10" POINT OF DISCHARGE O.C. EACH WAY MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE. IF THE MAX. WIDTH = 6' 8" CONTRACTOR CANNOT MEET THE MINIMUM LAP MAX. WIDTH = 6' 8" REQUIREMENT DUE TO THE INLET HEIGHT, THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVAILABLE LENGTH. AIRFIELD GRATE INLET/JUNCTION BOX (HEAVY) SCALE: NONE 444 BARS EACH SIDE #4 BARS @ 8" O.C. oZ Q z 00 T— 12" COMPACTED FILL 40" MAX. J U N 3-#4 BARS z J U � N J 00 8" MIN. 8" MIN. 611 611 MIN. CLR. MIN. CLR. U co #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 6" WATERSTOP (TYP.) J U 444 BARS EACH SIDE N #4 BARS @ 8" O.C. #4@10"O.C.— EACH WAY ROUGHEN SURFACE 1/4" MIN. AMPLITUDE (TYP.) AIRFIELD GRATE INLET/JUNCTION BOX (STANDARD) SCALE: NONE MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE. IF THE CONTRACTOR CANNOT MEET THE MINIMUM LAP REQUIREMENT DUE TO THE INLET HEIGHT, THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVAILABLE LENGTH. p"[1]I1111I►TI_�:� 3-#4 BARS Q J U z � N 00 8" MIN. 8" MIN. Q J cl� z SLOPE FLOOR U TO POINT OF co 00 DISCHARGE �V�� �� #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 01 w w Owe CITY OF FAYETTEVILLE ARKANSAS w QN z0 0. W I— LL � 0 � —jOQ 3: co / 0— LLm Q LLJ �Qw <w w�w � QwQ Qz LL LL LL Q GRADING & DRAINAGE DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-306 SHEET 33 NUMBER #5 BARS @ 10" O.C. B EACH WAY (CENTER IN WALL) 6" WATERSTOP (TYP.) 12" COMPACTED FILL #5 DIAGONAL BARS #5 DIAGONAL BARS IN TOP OF SLAB IN TOP OF SLAB CN a #5 BARS @ 10" O.C. W/ _ J 900 HOOKS Q #6 BARS @ 6" O.C. EACH NT J z WAY (TYP. REINF.) N Z_ U 2 ADDED 3 - #6 N ©2017GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION bo -ol OF THIS DOCUMENT, ALONG WITH U) I I 10" MIN. 10" MIN. THE IDEAS AND DESIGN CONTAINED 10" MIN. 10" MIN. zz = HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY J Ur GARVER, LLC OR EXPLICITLY W ALLOWED IN THE GOVERNING LLl = PROFESSIONAL SERVICES Lu AGREEMENT FOR THIS WORK. co 6" 6" X a MIN. CLR. MIN. CLR. SLOPE FLOOR TO POINT OF DISCHARGE j g Q #5 U-BARS @ 10" Q co o J O.C. EACH WAY J U N N cy) o i. I o 1 0 lo Lo "ol/ V o 0 0 0 0 o CV z o 0 0 0 o a o a o 0 0 ROUGHEN SURFACE 1 /4" MIN. AMPLITUDE��//����. NOTE: (TYP.) N SLOPE FLOOR TO #5 U-BARS @ 10" POINT OF DISCHARGE O.C. EACH WAY MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE. IF THE MAX. WIDTH = 6' 8" CONTRACTOR CANNOT MEET THE MINIMUM LAP MAX. WIDTH = 6' 8" REQUIREMENT DUE TO THE INLET HEIGHT, THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVAILABLE LENGTH. AIRFIELD GRATE INLET/JUNCTION BOX (HEAVY) SCALE: NONE 444 BARS EACH SIDE #4 BARS @ 8" O.C. oZ Q z 00 T— 12" COMPACTED FILL 40" MAX. J U N 3-#4 BARS z J U � N J 00 8" MIN. 8" MIN. 611 611 MIN. CLR. MIN. CLR. U co #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 6" WATERSTOP (TYP.) J U 444 BARS EACH SIDE N #4 BARS @ 8" O.C. #4@10"O.C.— EACH WAY ROUGHEN SURFACE 1/4" MIN. AMPLITUDE (TYP.) AIRFIELD GRATE INLET/JUNCTION BOX (STANDARD) SCALE: NONE MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE. IF THE CONTRACTOR CANNOT MEET THE MINIMUM LAP REQUIREMENT DUE TO THE INLET HEIGHT, THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVAILABLE LENGTH. p"[1]I1111I►TI_�:� 3-#4 BARS Q J U z � N 00 8" MIN. 8" MIN. Q J cl� z SLOPE FLOOR U TO POINT OF co 00 DISCHARGE �V�� �� #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 01 w w Owe CITY OF FAYETTEVILLE ARKANSAS w QN z0 0. W I— LL � 0 � —jOQ 3: co / 0— LLm Q LLJ �Qw <w w�w � QwQ Qz LL LL LL Q GRADING & DRAINAGE DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-306 SHEET 33 NUMBER AIRFIELD GRATE INLET/JUNCTION BOX (HEAVY) SCALE: NONE 444 BARS EACH SIDE #4 BARS @ 8" O.C. oZ Q z 00 T— 12" COMPACTED FILL 40" MAX. J U N 3-#4 BARS z J U � N J 00 8" MIN. 8" MIN. 611 611 MIN. CLR. MIN. CLR. U co #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 6" WATERSTOP (TYP.) J U 444 BARS EACH SIDE N #4 BARS @ 8" O.C. #4@10"O.C.— EACH WAY ROUGHEN SURFACE 1/4" MIN. AMPLITUDE (TYP.) AIRFIELD GRATE INLET/JUNCTION BOX (STANDARD) SCALE: NONE MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE. IF THE CONTRACTOR CANNOT MEET THE MINIMUM LAP REQUIREMENT DUE TO THE INLET HEIGHT, THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVAILABLE LENGTH. p"[1]I1111I►TI_�:� 3-#4 BARS Q J U z � N 00 8" MIN. 8" MIN. Q J cl� z SLOPE FLOOR U TO POINT OF co 00 DISCHARGE �V�� �� #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 01 w w Owe CITY OF FAYETTEVILLE ARKANSAS w QN z0 0. W I— LL � 0 � —jOQ 3: co / 0— LLm Q LLJ �Qw <w w�w � QwQ Qz LL LL LL Q GRADING & DRAINAGE DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-306 SHEET 33 NUMBER #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 6" WATERSTOP (TYP.) J U 444 BARS EACH SIDE N #4 BARS @ 8" O.C. #4@10"O.C.— EACH WAY ROUGHEN SURFACE 1/4" MIN. AMPLITUDE (TYP.) AIRFIELD GRATE INLET/JUNCTION BOX (STANDARD) SCALE: NONE MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE. IF THE CONTRACTOR CANNOT MEET THE MINIMUM LAP REQUIREMENT DUE TO THE INLET HEIGHT, THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVAILABLE LENGTH. p"[1]I1111I►TI_�:� 3-#4 BARS Q J U z � N 00 8" MIN. 8" MIN. Q J cl� z SLOPE FLOOR U TO POINT OF co 00 DISCHARGE �V�� �� #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 01 w w Owe CITY OF FAYETTEVILLE ARKANSAS w QN z0 0. W I— LL � 0 � —jOQ 3: co / 0— LLm Q LLJ �Qw <w w�w � QwQ Qz LL LL LL Q GRADING & DRAINAGE DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-306 SHEET 33 NUMBER �V�� �� #5 U-BARS @ 10" O.C. EACH WAY MAX. WIDTH = 7' #4@6"O.C. 2" CLR. 01 w w Owe CITY OF FAYETTEVILLE ARKANSAS w QN z0 0. W I— LL � 0 � —jOQ 3: co / 0— LLm Q LLJ �Qw <w w�w � QwQ Qz LL LL LL Q GRADING & DRAINAGE DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-306 SHEET 33 NUMBER GRADING & DRAINAGE DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-306 SHEET 33 NUMBER U c O O c a� E U O �o m� Q �w 0 o_ cnQ �a J � � al w rn� 0 L r O -6 N � d > ti � N c JCD N O N_ CD o a5 �o (6 o CD d U m� 3:45 ~ U N Un - n o- cm-0 � U � O 0 O �E �U w �Q m Un o X Q (Q ~ U IL (6 � N N L O O m ti O N O J CL a� m LL J NON -WOVEN TYPE II \ GEOTEXTILE / FABRIC LINING / CLASS B BEDDING PLACED IN 8" LIFTS AND COMPACTED. CLASS B BEDDING SHALL BE CONSIDERED SUBSIDIARY TO LINEAR FOOT OF PIPE INSTALLED. 50 ' O O . o NOMINAL 12" DIAMETER 12" „W1v z z Q Z a co 0 o U) ry a w N Z W �OQ zo "W" = PIPE NOMINAL DIAMETER + 2' MINIMUM. TRENCH WIDTH SHALL MEET OSHA STANDARDS. A PIPE BACK FILLING 1 SCALE: NONE DIMENSIONS DIA. WALL WEIGHT A B MIN. C MIN. D E 18" 2.5" 990 LBS 9" 3.83' 6.08' 3.0' 18" NOTES: 1. FLARED END SECTIONS SHALL CONFORM TO THE REQUIREMENTS OF ASTM C76 AND ARDOT STANDARD DETAILS, DRAWING NUMBER FES-1 AND FES-2. 2. REINFORCED CONCRETE CURTAIN WALLS ARE REQUIRED. 3. JOINTS AND BEDDING FOR FLARED END SECTIONS WILL BE AS STATED FOR OTHER PIPES. I CONSTRUCTION SEQUENCE: 1. EXCAVATE A TRENCH AT A WIDTH OF "W". THE DITCH SHALL COMPLY WITH OSHA REGULATIONS AT ALL TIMES AND MAY REQUIRE A TRENCH SAFETY SYSTEM. 2. LINE TRENCH WITH NON -WOVEN TYPE II GEOTEXTILE FABRIC AND FOLD EXCESS MATERIAL OVER EDGES OF TRENCH AND SECURE IN PLACE WITH SMALL PILES OF CLASS B BEDDING. 3. PLACE 6" OF CLASS B BEDDING IN BOTTOM OF TRENCH FOR BEDDING MATERIAL. ENSURE SLOPE ON SURFACE OF CLASS B BEDDING COMPLIES WITH PLANS AND SPECIFICATION D-701. 4. PLACE STORM PIPE IN TRENCH USING STANDARD CONSTRUCTION PRACTICE WITH CARE TAKEN NOT TO DAMAGE PIPE. 5. BACKFILL TO 1/2 NOMINAL DIAMETER OF PIPE WITH CLASS B BEDDING PLACED IN 8" LIFTS AND COMPACTED. 6. FOLD THE TYPE II GEOTEXTILE FABRIC OVER THE BACKFILLED MATERIAL SO THAT THE FABRIC MEETS THE EDGE OF THE STORM PIPE WITH NO GAPS PRESENT. 7. PLACE ENGINEERED FILL ON TOP OF TYPE II GEOTEXTILE FABRIC PER SPECIFICATION P-152. y A FLARED END SECTION (18"1 SCALE: NONE EXISTING GROUND q< 'INOTO'°S pI Sp-19 S�/Av O/ '�S O COMPACTED SUBGRADE B-BARS (1) #6 BAR (SEE TABLE FOR LENGTH) A MINUS 11" FOR TYPE C COLLAR H z w 2i ww U W 0 � z U az JO U u d 4 d © 2017 GARVER, LLC 6 � THIS DO IODESIGNALONG S ONVEYEDE 1 �OQSO `N HEREIN, SHALL BE CONSIDERED d INSTRUMENTS O �PG - O SO ��Q SERVICE AND ARE OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 1. CONTRACTION AND EXPANSION JOINTS SHALL BE CONSTRUCTED IN ACCORDANCE WITH AHTD SPECIFICATIONS AND STANDARD DRAWINGS. 2. CONTRACTOR SHALL PLACE 3-FT OF SOD ON BOTH SIDES OF CONCRETE DITCH. DITCH PAVING SECTION SCALE: NONE rl A RS z �a 00 Q -.- z N W a A -BARS O (1) z SIN B N if - C-BARS XFLOW LINE w z (1) N C-BAR D-BARS I C SIN B N TABLE OF DIMENSIONS SIZE OF PIPE DIMENSIONS L ENG TH OF BARS QUANTITIES LARGE SMALL A& B C A(#5) 12 B(#6) 4 C(#4) 8 CONCRETE STEEL (IN.) (IN.) (FT. -IN.) (FT. -IN.) REQUIRED REQUIRED REQUIRED (CU. YD.) (LBS.) (FT. -IN.) (FT. -IN.) (FT. -IN.) 12 .33 15 .32 18 3-3 1-0 3-0 7-0 0-9 84 18 .30 TYPE C PIPE COLLAR SCALE: NONE 01 z _0 d Fy U Un w 0 w Q 0 w IV CITY OF FAYETTEVILLE ARKANSAS w Q z0 z wQ _j J a � J >0-W mQ ~Qw Qw w�w QLLJ Q t_ Lt L_ LL Qz Q GRADING & DRAINAGE DETAILS II JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1„ IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-307 SHEET 34 NUMBER m U O E U O c (D ILL 00 Q L/ �o Q �a c6 Q J I 0_ O 'J O O N 0 d > N M00 0 � N jo J N cm — U)o 0 U co ~ N UU) LL O M � U 0 O �E �U w �Q m cn �X Q \~ U 7L LL w � N N om ti o N O J CL 4" P-401 HMA SURFACE COURSE 5" P-403 HMA BASE COURSE 6.0" P-209 AGGREGATE BASE COURSE COMPACTED SUBGRADE TAXIWAY B NEW AND WIDENING PAVEMENT SECTION SCALE: NONE 2" P-401 HMA OVERLAY LEVELING COURSE (VARYING THICKNESS) EXISTING 7.5"ASPHALT PAVEMENT EXISTING AGGREGATE BASE COURSE EXISTING SUBGRADE TAXIWAY B OVERLAY AND WIDENING PAVEMENT SECTION SCALE: NONE TYPICAL SECTION NOTES: 1. PRIME AND TACK COATS SHALL BE APPLIED AS REQUIRED IN P-602 BITUMINOUS PRIME COAT AND P-603 BITUMINOUS TACK COAT AND AS DIRECTED BY THE ENGINEER. 2. ACHM SURFACE COURSE SHALL BE CONSTRUCTED IN TWO, 2 INCH LIFTS. 3. ALL UNDERCUT AND BACKFILL BELOW THE AGGREGATE BASE SHALL BE DETERMINED BY THE ENGINEER, AND SHALL BE PAID FOR AS UNSUITABLE EXCAVATION. 2" P-401 HMA OVERLAY EXISTING 7.5" ASPHALT PAVEMENT EXISTING AGGREGATE BASE COURSE EXISTING SUBGRADE TAXIWAY B OVERLAY PAVEMENT SECTION SCALE: NONE 4" P-401 HMA SURFACE COURSE 5" P-403 HMA BASE COURSE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 1= o_ ry U U) 6" P-209 AGGREGATE BASE COURSE 1Lu 0 TAXIWAY B NEW AND WIDENING PAVEMENT EDGE DETAIL SCALE: NONE I AP'- " TA AT /Pl flf%n\ TO FA TO PLA( PAVEMI SAWCUT PRIOR TO PLACEMENT OF ADJACENT PAVEMENT LANE IF THE INITIAL PAVEMENT HAS BEEN EXPOSED FOR MORE THAN 4 HOURS OR HAS COOLED TO LESS THAN 1750 NOTES: ADJACENT PAVEMENT LANE � 1. SAWCUTTING, REMOVAL, AND TACK COAT IS INCIDENTAL TO OTHER ITEMS OF WORK. ASPHALT LONGITUDINAL/TRANSVERSE CONSTRUCTION JOINT DETAIL SCALE: NONE w Q 0 CITY OF FAYETTEVILLE ARKANSAS LLI Q z0 Z �— ' Q _j Q � J J >�W �Q I— Q w < W >--j} XD _ LLILLL Z Q TAXIWAY B TYPICAL SECTIONS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-401 a� LL J SHEET 35 NUMBER i m U O E U O cn m L Q L/ LL LL Q Q c c6 Q 00 J I � O o o N 00 a ,;I- ti N � > N M 00 C 0 � N (B CD N cm C\fl (0 r) 0 U m� ~ N UU) LL O 1) � U � O 0 O �E �U w �Q mU) X Q (Q \~ U 7O L LL N L � O O m ti ti� o J CL ADG II TAXIWAY SAFETY AREA = 79' VARIES EXISTING GRADE TAXIWAY B SOUTH TYPICAL SECTION 1 - OVERLAY AND WIDENING SCALE: NONE 10' SOD ADG II TAXIWAY SAFETY AREA = 79' VARIES 0 J w U C/)>- O�a � 1a a" 10' SOD TAXIWAY B SOUTH TYPICAL SECTION 3 - OVERLAY SCALE: NONE ADG II TAXIWAY SAFETY AREA = 79' VARIES VARIES TAXIWAY B SOUTH TYPICAL SECTION 2 - OVERLAY AND WIDENING SCALE: NONE LIMITSOr r1 11 I n11 P-401 HMA c PROPOSED 2" P-401 HMA OVERLAY I TYPICAL SECTION NOTES: 1. PRIME AND TACK COATS SHALL BE APPLIED AS REQUIRED IN P-602 BITUMINOUS PRIME COAT AND P-603 BITUMINOUS TACK COAT AND AS DIRECTED BY THE ENGINEER. WIDTH VARIES. SEE PLAN & PROFILE SHEETS. L 1 IIVV r/7V LIVI LIV I © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 01 z O a ry U U) w 0 SAWCUT 2" VERTICAL EDGE, APPLY TACK COAT, AND MATCH o EXISTING PAVEMENT. w�y/ LL ASPHALT PAVEMENT TRANSITION DETAIL SCALE: NONE CITY OF FAYETTEVILLE ARKANSAS ui Q z0 0 Z �— I W Q Q /�// JLL_� Q >J J >�W �Q I— Q w < W�/ >--J} XD LLLL� z <Q TAXIWAY B TYPICAL SECTIONS II 2. ACHM SURFACE COURSE SHALL BE CONSTRUCTED IN TWO, 2 INCH LIFTS. JOB NO.: 17041211 DATE: JUNE 2018 3. ALL UNDERCUT AND BACKFILL BELOW THE AGGREGATE BASE SHALL BE DETERMINED BY THE DESIGNED BY. BMP ENGINEER, AND SHALL BE PAID FOR AS UNSUITABLE EXCAVATION. DRAWN BY: PAB BAR IS ONE INCH ON 4. CONTRACTOR SHALL SOD THE FIRST 10-FT OF DISTURBED AREA ALONG THE WIDENED AND NEW ORIGINAL DRAWING EDGES OF PAVEMENT IN ACCORDANCE WITH ITEM T-904 SODDING. ° 1l, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. 5. PAVEMENT SECTIONS REQUIRING ONLY OVERLAY WILL NOT REQUIRE SOD. DRAWING NUMBER C-402 J I I SHEET 36 NUMBER ADG II TAXIWAY SAFETY AREA = 79' 50' TAXIWAY (TYP.) EXISTING GRADE TAXIWAY B NORTH TYPICAL SECTION 1 - OVERLAY AND WIDENING SCALE: NONE m U Q C O E U O cn (D L m� LL �0 a �0 Q �a c00 J al o o N 0a ,;I-ti > N M 00 C 0 � N (B CD N c� U)0 0 U co ~ N UU) LL O 0)-o � U � O 0 O �E �U w Q m U) X Q (Q \~ U 7O L LL w vi � N N L � O O m ti o N O J CL EXISTING GRADE ADG II TAXIWAY SAFETY AREA = 79' VARIES TAXIWAY B NORTH TYPICAL SECTION 3 - OVERLAY AND WIDENING SCALE: NONE 0— ADG II TAXIWAY SAFETY AREA = 79' 50' TAXIWAY (TYP.) © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. TAXIWAY B NORTH TYPICAL SECTION 2 - NEW PAVEMENT SECTION SCALE: NONE m z 0 1= d U cn LLI 0 TYPICAL SECTION NOTES: 1. PRIME AND TACK COATS SHALL BE APPLIED AS REQUIRED IN P-602 BITUMINOUS PRIME COAT AND P-603 BITUMINOUS TACK COAT AND AS DIRECTED BY THE ENGINEER. w Q 0 2. ACHM SURFACE COURSE SHALL BE CONSTRUCTED IN TWO, 2 INCH LIFTS. 3. ALL UNDERCUT AND BACKFILL BELOW THE AGGREGATE BASE SHALL BE DETERMINED BY THE ENGINEER, AND SHALL BE PAID FOR AS UNSUITABLE EXCAVATION. 4. CONTRACTOR SHALL SOD THE FIRST 10-FT OF DISTURBED AREA ALONG THE WIDENED AND NEW _ EDGES OF PAVEMENT IN ACCORDANCE WITH ITEM T-904 SODDING. 5. PAVEMENT SECTIONS REQUIRING ONLY OVERLAY WILL NOT REQUIRE SOD. CITY of FAYETTEVILLE ARKANSAS w Q z0 Z �— o wQ �- 0 J0� 0� 3J Q J ��w mQ ~Qw Qw w�} XD _ < Z TAXIWAY B TYPICAL SECTIONS III JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-403 a� LL J SHEET 37 NUMBER E U O cno a) Q 0 m� 'nQ } U o J Q Q� 00 a) Ln o � L 0 r O N > N Mco U� -�6o N co CD O7 � d r) M o U co U N U) � U � O 0 O �E �U w Q m cn X Q (Q \~ U w � a vi � N N L O m ti o N O J Q RUNWAY 16-34 m ti 0 N STA. 205+29.72 END CONSTRUCTION OF TAXIWAY B SOUTH TYPICAL SECTION 3. \ \\\\\\ + Lo STA. 205+29.19 0 N OFF. 61.99' LT STA. 204+38.64 OFF. 33.89' LT N STA. 204+22.89 m OFF. 32.97' LT Q STA. 204+03.68 OFF. 33.76' LT _ Xo Q STA. 204+01.07 D - OFF. 34.18' LT �N ZOO OFZ ZOO OFZ STA.203+99.49 OFZ OFF. 24.30' LT vsj TAXIWAY B 200+00 STA. 200+99.94 OFF. 25.14' LT RSA - STA. 200+99.97 OFF. 15.11' LT STA. 201 +00.00 BEGIN CONSTRUCTION OF TAXIWAY B SOUTH TYPICAL SECTION 1. V=10 STA. 201 +00.05 OFF. 24.55' RT CONSTRUCT 50 LF MILLED - TRANSITION TO EXISTING TAXIWAY PAVEMENT. 232 SY. OFA 201+00 STA. 201 +98.42 / OFF. 22.78' LT STA. 203+00.73 OFF. 23.76' LT STA. 201 +70.10 OFF. 33.12' LT VSH - STA. 202+05.57 OFF. 15.89' RT V=10 STA. 202+04.63 OFF. 25.82' RT STA. 203+00.77 RS/ OFF. 12.18' LT 2p2+00 OFA STA. 205+30.49 OFF. 23.55' RT STA. 205+16.78 OFF. 23.67' RT STA. 205+16.82 OFF. 24.62' RT CONSTRUCT 50 LF MILLED TRANSITION TO EXISTING TAXIWAY PAVEMENT. STA. 204+10.97 OFF. 13.93' RT STA. 204+11.75 OFF. 23.92' RT STA. 204+10.13 END CONSTRUCTION OF TAXIWAY B SOUTH TYPICAL SECTION 2. BEGIN CONSTRUCTION OF TAXIWAY B SOUTH TYPICAL SECTION 3. STA. 203+58.14 OFF. 24.71' RT VSH N LL 0 0 n N N LL 0 Z_=10 RSA VSH RSA EXISTING PAVEMENT FULL DEPTH TAXIWAY PAVEMENT 2" ASPHALT OVERLAY COLD PLANING PAVEMENT REMOVAL RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE TAXIWAY PAVEMENT CROWN FENCE LINE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. STA.203+47.20 OFF. 40.45' RT 1. SEE SURVEY CONTROL PLAN FOR BASELINE o COORDINATES. a 2. UNLESS OTHERWISE NOTED, ALL w PROPOSED TAXIWAY RADII ARE 20-FT. / �R=85.0' 1 r tLU o k. 202+56.00 > _. 40.96' RT CONSTRUCT TRANSITION TO EXISTING MAINTENANCE ROAD. STA. 202+42.95 OFF. 24.93' RT `=10- - OFA STA. 202+07.51 END CONSTRUCTION OF TAXIWAY B SOUTH TYPICAL SECTION 1. BEGIN CONSTRUCTION OF TAXIWAY B SOUTH TYPICAL SECTION 2. V=10 OFA V=10 OFA o Lu O O 800-482-8�� SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. '® ji KEYMAP CITY OF FAYETTEVILLE ARKANSAS W Q z0 Z �// W Q 0_ J QL Q > J J �0-LLi mQ -j I-Qw <w NN I..1� w�Lu XD _ LLLLLLLL Z �Q TAXIWAY B PLAN & PROFILE JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-404 SHEET 38 NUMBER c a� E U O cn p O Q� >LL 0 as >� �Q U o ca � J Q 00 m Lo cn o � � L c O O N Lf > N M 00 U -�6O N J CD CN O7 Q0 M o CD co ~ N UU) LL 0 � U � O o0 �E �U w � Q m U) c° — 3a -X Q ~ > . U LL vi � N N L O m ti O N O J Q (1) U) LL J APRON 0 15, 30' 60' 90, F © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE (IN FEET) IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH STA. 102+02.92 THE IDEAS AND DESIGN CONTAINED OFF. 44.55' LT HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY LEGEND GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING STA. 101 +97.92 STA. 102+22.91 PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. OFF. 44.61' LT OFF. 44.99' LT EXISTING PAVEMENT STA. 102+23.34 FULL DEPTH TAXIWAY �OFF. 24.87' LT OFA di0 PAVEMENT 'IV �U A am] 2" ASPHALT OVERLAY yi0 FA O V30 COLD PLANING OFA V=10 100+00 101+00 102+00 103+00 104+00 TAXIWAY B PAVEMENT REMOVAL STA. 102+00.00 RSA RUNWAY SAFETY AREA BEGIN CONSTRUCTION OF TAXIWAY B NORTH TYPICAL SECTION 1. CONSTRUCT 50 LF MILLED OFA OBJECT FREE AREA 761' TRANSITION TO EXISTING OFZ OBSTACLE FREE ZONE TAXIWAY PAVEMENT. STA. 102+16.98 215 SY. - TAXIWAY PAVEMENT CROWN STA. 102+01.74 QD OFF. 37.27' RT OFF. 39.15,RT 0 FENCE LINE m STA. 102+09.87 OFF. 25.57' RT NOTES: w 1. SEE SURVEY CONTROL PLAN FOR BASELINE o t/Sb w COORDINATES. a RSA = � dS21 RSA 2. UNLESS OTHERWISE NOTED, ALL w PROPOSED TAXIWAY RADII ARE 20-FT. RSA �+ �/J V"d uiRSA z `dS23 OR ZOO J � Zj _ Q 0 OR �O U ZOO OFZ w OR Q ZOO OR 0 ZOO QCITY OF FAYETTEVILLE 3: ARKANSAS X Y V Z Q z0 < I- Q w 0~ W1~�// J QL � > J Q m J_ mQ �0-wLLJ Q % < WLu � 0 w o z ��w X0 LLJ > Q z ~ Q o LL LL u- 1260 O 0� o M 1260 �� TAXIWAY B PLAN & O `� Lo Lo NT N co NCD oaQO + Lo_ = > Q w , \800-482—(60J PROFILE II 1255 _o Q w w w 1255 0 U) 0.43 SEE CONSTRUCTION SAFETY AND PHASING cn w 1.1 % 0.59% PLANS FOR DETAILS. 1250 1250 JOB NO.: 17041211 JDATE: JUNE 2018 w KEYMAP DESIGNED BY: gMP 1245 w ww _' 1245 DRAWN BY: PAB Z � O N O com f� � 0-) f` Lo coM f� I� C0 m com I` co M 00 r— N f� N CO It O� It ti J. i . .. "= f BAR IS ONE INCH ON ORIGINAL DRAWING (n x O 0� O Lo O LC) � Lo � Lo Lo � Lo N N N Lo Lo Lo N M Lo LC) M Lo M Lf) M Lo M Lo O ill w a N N N N N N N N N N N N N N N N T IF NOT ONE INCH ON THIS SHEET, 1240 1240 ADJUST SCALES ACCORDINGLY. DRAWING NUMBER 98+00 99+00 100+00 101+00 102+00 103+00 104+00 C-405 SHEET 39 NUMBER U 0 U 0 cn p 0 Q� 0-0 �L 0 m� 'nQ } U o J Q Q� 00 o Lo cn o � � L r O N � Ll 00 Lf > N M 00 U -�6C) N J CN CD CL r) M o U co ~ U N cn �o- � U o 0 O �E �U w �Q �ai m c/) �o �X Q ~ U � b LL � vi � N N L o O m ti O N 0 J 0 LO O i U w w Z U) i Lu z_ J U CQ G STA. 105+74.15 OFF. 44.16' LT STA. 105+64.13 OFF. 44.15' LT OFA STA. 105+44.13 T �� OFF. 25.00' LT CONSTRUCT 20 LF MILLED TRANSITION TO EXISTING TAXIWAY PAVEMENT. 72 SY. STA. 105+94.95 OFF. 44.18' LT STA. 106+04.93 OFF. 44.19' LT _� urn rrl STA. 106+25.09 OFF. 25.00' LT 05+00 1 6+00 107+00 f - � STA.105+95.18 STA.106+30.26 OFF. 13.51' LT OFF. 13.48' LT STA. 105+74.18 OFF. 13.52' LT STA. 105+42.63 OFF. 13.55' LT RSA 1265 1260 1255 1250 O 00 f9 oo M CM Lo Lo T245 05+00 OFZ � ti il- O M 14 Lo U) N N dS2l RSA OFZ ZJO > w W J J W w o z o In X a M M C6 .4 Lf) Lf) N N 106+00 APRON CONSTRUCT 20 LF MILLED TRANSITION TO EXISTING TAXIWAY PAVEMENT. 169 SY. STA. 110+54.74 OFF. 45.20' LT OFA y=10 STA. 110+44.74 OFA OFF. 45.20' LT di0 STA. 110+23.22 OFF. 24.88' LT ,Q 1 u' STA. 110+14.62 OFF. 15.62' LT 108+00 109+00 110+00 STA. 110+54.74 TAXIWAY B OFF. 15.14' LT RSA `dS2� OFZ Z30 O O ti o Lo IZT I� N o Q � J (n W STA. 109+03.99 OFF. 24.99' RT RSA `dS�J STA. 110+13.09 OFF. 44.56' RT STA. 110+95.36 OFF. 45.12' LT `dj0 OFA STA. 111 +16.65 OFF. 25.00' LT STA. 111 +40.24 OFF. 15.48' LT 111+00 - I STA. 111 +16.67 OFF. 15.51' LT l RSA `sSj - O ZOO OFZ ZOO CONSTRUCT 15 LF MILLED TRANSITION TO EXISTING TAXIWAY PAVEMENT. 406 SY. 0 O CD CD Lo O N O Q w H J cn W I` O M M M Ln u') M M I- M - ;1- 00 I;t 00 M � O 00 CO M N h co Lo Lf') Lf') Lf) Lo LC) Lf) Lf') Lo Lf) Lo Lo Lo Lo Lo Lo Lo N N N N N N N N N N N N N N N N 107+00 108+00 109+00 110+00 OFZ STA. 111 �8.07 OFF. 45. 3' RTT U U Q 57< Q LEGEND EXISTING PAVEMENT FULL DEPTH TAXIWAY PAVEMENT 2" ASPHALT OVERLAY COLD PLANING PAVEMENT REMOVAL RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE - TAXIWAY PAVEMENT CROWN FENCE LINE NOTES: STA. 111+79.94 w 1. SEE SURVEY CONTROL PLAN FOR BASELINE OFF. 25.72' RT LU COORDINATES. 2. UNLESS OTHERWISE NOTED, ALL PROPOSED TAXIWAY RADII ARE 20-FT. i w z_ J U CQ G RUNWAY 16-34 1265 1260 1255 I i 1250 m � 000 � Oco M) M Lo LLo Lo Lo Lo LLo N N N N N N 1245 111+00 ASPHALT PAVEMENT TABLE DESCRIPTION STATION OFFSET RADIUS R1 105+44.13 45.03 LT 24 FT R2 106+24.92 45.03 LT 24 FT R3 110+24.62 44.95 LT 24 FT R4 111 +15.33 44.99 LT 24 FT o Lj-Lu O O \800-482-6' SEE CONSTRUCTION SAFETY AND PHASING PLANS FOR DETAILS. KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 o_ U cn w 0 u r IV CITY OF FAYETTEVILLE ARKANSAS w Q z0 z I- wQ ' 1�--/ 0_ J LL > J �0< co 5; 0--j ~<> Lu Qw NN I..1� w�Lu XD _ LLLLIai z �Q TAXIWAY B PLAN & PROFILE III JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER C-406 SHEET 40 NUMBER m C N E U O wp O CO 0-0 �CL c� �a o J Q a-6 00 o Lo cn o =3 co � ^O LL N co Lf ) > N Mco U� �C) J O N � N 0 o 0CL U m ~ co N U) U) 0- O U L C) O - I_ cw �Q m U) co o 3: 11. 57< / .L LL (6 a vi O N I= co O m o �? o J Q a) U) LL J 0 15' 30' 60' 90, © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE (IN FEET) IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, OFA ` io OFA V=10 OFA vio REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS LEGEND AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. STA. 116+98.78 STA. 116+98.78 OF B EXISTING PAVEMENT OFF. 14.73' LT END CONSTRUCTION TAXIWAY NORTH TYPICAL SECTION 1. BEGIN CONSTRUCTION OF TAXIWAY B NORTH FULL DEPTH TAXIWAY TYPICAL SECTION 2. PAVEMENT 2" ASPHALT OVERLAY 12+00 113+00 114+00 115+00 116+00 117 00 1-18+00 COLD PLANING I — I TAXIWAY B PAVEMENT REMOVAL RSA RUNWAY SAFETY AREA STA. 116+98.78 OFA OBJECT FREE AREA OFF. 25.19' RT RSA vsj RSA vs :] RSA VS2j RSA vs2j RSA y OFZ OBSTACLE FREE ZONE — TAXIWAY PAVEMENT CROWN CD 00 C) STA. 118+42.33 C FENCE LINE m OFF. 25.00' RT U U NOTES: W ZOO OFZ ZjO OFZ ZOO OFZ Z710 OFZ Z710 OFZ ZjO w 1. SEE SURVEY CONTROL PLAN FOR BASELINE o W W COORDINATES. a 2. UNLESS OTHERWISE NOTED, ALL w 1 1 PROPOSED TAXIWAY RADII ARE 20-FT. W w Z !_ J J W H Q U U > W Q Q 75 Ar- CITY OF FAYETTEVILLE ARKANSAS Lu Y V Z z0 Q < W 0~ W~ � RUNWAY 16-34 �OQ m 0, �, qR m Q 5; 0- LLLJ > Q wLu w 0 o �/ �-jw XD LL LL L ~ Q 1265 1265 O N UO O � N co ,� DOQO TAXIWAY B PLAN & co o N N 7 Lo O + Lo O CD + L6 u') 800_482-169 PROFILE IV 1260 co + .I-+ It Lo Lo �� N co �� N 1260 SEE CONSTRUCTION SAFETY AND PHASING w Q Q w Q J � J PLANS FOR DETAILS. �-j Q iw cnw cnw 1Q U) w O ° 0.36% 0.03% -0.22% 1255 154% JOB NO.: 17041211 DATE: JUNE 2018 z—o o U) O KEYMAP DESIGNED BY: gMP 1250 Illin X n 1250 DRAWN BY: PAB . ; _ti � m M N Lo f� M CO co M (o 00 L0 C0 u') 00 f� Lo O N m C0 N (o CO It N (o M co (o 00 O Lo M O Lf� M M L0 L!) � f-- N N ti CO Lf) O I _ J R — — BAR IS ONE INCH ON M 4 4 4 4 4 4 4 4 L6 4 6 L6 L6 Lid L6 Lid L6 L6 L6 6 L6 4 L6 4 L6 M L6 �® "' a. I ORIGINAL DRAWING 0 1.. Lid N L0 N Lid L0 N N Lid L0 N N Ln N Lo Lid N N L0 N Lid N L0 N Lid L0 Lid N N N L0 N Lid N L0 N Ln N Lo N Lo N Lo N Lid Lo Lid Lo N N N N Lo N Lo N _ IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER 12+00 113+00 114+00 115+00 116+00 117+00 118+00 C-40 7 SHEET 41 NUMBER m U O U O cn p LL a) 0 as >� �Q } U cn o J Q 00 W Lo O L c o O N � d 00 Lf > N M 00 U) -�6C) N J CD CN m Q0 la�o M o CD m� ' U N U) 1L 0 c M-0 � U � O o0 �E Ew �Q m U) �a X Q ~ > . U LL vi � N N L O m O N O J Q (1) U) LL J 0 15, 30' 60' 90, © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE (IN FEET) IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, OFA vj(j( OFA ViO OFA ViO OFA ViO OFA REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS LEGEND AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. EXISTING PAVEMENT STA. 120+11.31 OFF. 24.81' LT FULL DEPTH TAXIWAY PAVEMENT R = 85.0' 2" ASPHALT OVERLAY 19+00 120+00 COLD PLANING STA. 119+37.31 PAVEMENT REMOVAL OFF. 33.19' RT STA. 121+05.24 RSA RUNWAY SAFETY AREA OFF. 25.00' LT o OFA OBJECT FREE AREA 0 �"— RSj VS2] RSA VS21 RSA VS2] RSA OFZ OBSTACLE FREE ZONE — TAXIWAY PAVEMENT CROWN Q FENCE LINE m i U STA. 120+59.40 STA. 122+11.99 NOTES: OFF. 51.65' RT END CONSTRUCTION OF TAXIWAY B W OFZ ZOO122+12.07 - NORTH TYPICAL SECTION 2. BEGIN ZOO ZOO 1. SEE SURVEY CONTROL PLAN FOR BASELINE o w OFF. 24.70' RT CONSTRUCTION OF TAXIWAY B NORTH COORDINATES. d STA. 121 +79.75 TYPICAL SECTION 3. OFF. 33.00' RT 2. UNLESS OTHERWISE NOTED, ALL w PROPOSED TAXIWAY RADII ARE 20-FT. STA. 122+00.43 STA. 122+12.07 W OFF. 32.05' RT oo OFF. 25.14' LT z m + o N J STA. 122+21.10 CONSTRUCT 50 LF MILLED Q OFF. 33.00' RT I Q o TRANSITION TO EXISTING U TAXIWAY PAVEMENT. STA. 122+55.48 407 SY. w OFF. 33.61' RT �► Q STA. 123+05.53 Q I C c _ END CONSTRUCTION OF TAXIWAY B _ STA. 122+78.33 NORTH TYPICAL SECTION 3. OFF. 40.89' RT N STA. 122+75.47 LL O CITY OF FAY E T T E V I L L E OFF. 49.78' RT STA. 123+04.55 ARKANSAS W OFF. 25.14 LT STA. 123+05.53 Q z0 OFF. 60.14 RT W Q J LL > J Q RUNWAY 16-34 0 ;°w 00 N 0��� q LLJ Q > Q W Lu Lu w0 o m m Qw XD W} Q z —Q LL LL ~ Q 1265 ,� 1265 LL TAXIWAY B PLAN & N VC PVI STA:4 104.01020+05.87 �QQ4 1260 PVI EL V: 1254.80 w H P ST : 119+53.87 0 > o N L6 It� CR I co 1260 ,\800_482-160) PROFILE V w 5 8 SEE CONSTRUCTION SAFETY AND PHASING _ _ U) w N PLANS FOR DETAILS. a- a- >> a w J w H J J 1255 -0.22% - w p w cn w w 1255 JOB NO.: 17041211 U) -1.20% I DATE: JUNE 2018 -0.88% -0. % KEYMAP DESIGNED BY. BMP 1250 X n 1250 DRAWN BY: PAB 00 f-- 00 O co O 00 CO It 0) co 00 O I,— Ltd N 00 CO CO 0-) II- O I` ti N O I� � 00 N ti N I Ewa f BAR IS ONE INCH ON CIS N 14 c`7 4 cV 4 � M I,—cyi cV � � � I,—'" � I ORIGINAL DRAWING L0 L0 N N Lf) Lo Lid L0 N N N N L0 L0 N N L0 N L0 N L0 N Lf) Lo Lo Lo L0 N N N N N L0 N Lfiill N I IF NOT ONE INCH ON THIS SHEET, T245 1245 ADJUST SCALES ACCORDINGLY. DRAWING NUMBER 19+00 120+00 121+00 122+00 123+00 124+00 125+00 C-40 SHEET 42 NUMBER 0 a� E U O W0 c - �a) m � d-�z u- �0 _a mU J al 73 D_ r-- a) N i 0 o 0- 0 :5; N d ro 00 N L? > N /) 00 � N J (z) CN 0 o � m� ~ U CM LL O � U � O 0 O E �U w Q m cn X Q (Q \~ U LL 0_ vi � N N L O m ti 7:-o ti-, o N O J CL A vio OFA vio OFA vio OFA vio OFA ` :jO O N N LL O O N N LL O O N vsj OFZ B �O7 ZOO INSTALL SURFACE PAINTED HOLD SIGNS. (2 @ 155 SF) REFLECTIVE: 265 SF RSA STA. 203+16.09 OFF. 24.87' RT OFZ 0 0 O N ZOO Q X Q O CD + CD N 60, STA. 203+16.20 OFF. 51.50' LT INSTALL 150 LF OF ENHANCED C TAXIWAY CENTERLINE MARKINGS. YELLOW: 189 SF �O7 BLACK: 261 SF 202+00 vsj STA. 203+63.35 OFF. 59.87' LT Z RSA ZOO INSTALL RUNWAY HOLDING A POSITION MARKING. YELLOW: 235 SF �O7 BLACK: 390 SF OFZ 2011+00 REMARK TAXIWAY CENTERLINE MARKING 100 LF PAST CONSTRUCTION EXTENTS. 200+00 vsj INSTALL 400 LF OF 6" YELLOW TAXIWAY CENTERLINE MARKING YELLOW: 200 SF ZOO RSA D �O7 OFZ RUNWAY 16-34 ZOO vsj LEGEND EXISTING PAVEMENT PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE NOTES: 1. QUANTITIES REFERENCE THE CONSTRUCTION AREA INCLUDED ON THIS SHEET ONLY, UNLESS OTHERWISE NOTED. 2. ALL PAVEMENT MARKINGS ON EXISTING PAVEMENT SHALL BE OUTLINED IN 6" BLACK PAINT UNLESS OTHERWISE NOTED. SEE PAVEMENT MARKING DETAILS SHEETS FOR MORE DETAILS. BLACK PAINT SHALL NOT RECEIVE REFLECTIVE MEDIA. 3. TAXIWAY CENTERLINE MARKING IS NOT CENTERED ON THE CENTERLINE JOINT ON THE TAXIWAY B SOUTH END. 4. MARKINGS ON EXISTING PAVEMENT TO REMAIN ARE SHOWN IN GRAY FOR REFERENCE. 5. MARKINGS TO BE REPAINTED SHALL BE CLEAN AND HAVE ANY LOOSE MATERIAL REMOVED PRIOR TO THE NEW APPLICATION. 6. SEE SHEETS G-204, G-205, G-207, G-208 FOR TEMPORARY MARKINGS ASSOCIATED WITH CONSTRUCTION PHASING. 7. TAXIWAY CENTERLINE MARKINGS SHALL BE INTERRUPTED WHEN CROSSING EXISTING RUNWAY PAVEMENT MARKINGS. 8. TEMPORARY MARKINGS SHALL BE APPLIED AT A 50% APPLICATION RATE WITHOUT REFLECTIVE MEDIA. FINAL MARKINGS SHALL BE APPLIED AT A 100% APPLICATION RATE WITH REFLECTIVE MEDIA. KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 a U cn w 0 w Q 0 > w CITY OF FAYETTEVILLE ARKANSAS W Y Q 0 1 1-- J �0< >0-LL w J Q W w0H QWQ U- LLL PAVEMENT MARKING PLAN JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER M-101 1 m SHEET J I I I I I UMBER 43 m U 0- 0 E U 0 cno m� LL �o _a cU J al o_ N i O _O N 0- 0 :5; N d ro 00 j�Lo > N /) 00 0 � N J CD CN Cm �o C) O o � m� � U M U) LL O M-0 � U � O 0 0 E �U w a) Q m cn X Q (Q \~ U 7O L LL w vi � N N L O m ti N 0 J CL a� LL J STA. 101 +34.07 OFF. 39.91' LT REMOVE 350 SF OF MARKINGS TO TIE EXISTING MARKINGS C INSTALL 240 LF OF ENHANCED INTO NEW MARKINGS. TAXIWAY CENTERLINE MARKINGS. M-107 YELLOW: 300 SF BLACK: 415 SF 1 OFA di0 OFA APRON vjo ���— \IrO- EXISTING NON -MOVEMENT AREA BOUNDARY MARKING TO REMAIN (TYP). STA. 102+13.96 F OFF. 40.12' LT 0 d=10%— 11 I 100+00 101 +00 \ / `�1+00 103+00 ZOO ds"l OFZ RSA TAXIWAY B Z-3O REMARK 460 LF OF EXISTING 6" YELLOW TAXIWAY CENTERLINE MARKING. YELLOW: 230 SF `ds�:l STA. 100+79.45 OR Z30 D �O7 ds�:l OFZ INSTALL 310 LF OF 6" YELLOW TAXIWAY CENTERLINE MARKING YELLOW: 155 SF STA. 102+16.96 OFF. 40.03' RT II EXISTING SURFACE PAINTED HOLD SIGN TO IIREMAIN (TYP). RSA EXISTING HOLDING D('1CIT1('lnl TO 4?GNAAINI ds�:l OFA ZOO D M-107 RSA 104+00 OFZ RUNWAY 16-34 1 15, 30'•1 •1 (IN FEET) LEGEND EXISTING PAVEMENT PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE NOTES: 1. QUANTITIES REFERENCE THE CONSTRUCTION AREA INCLUDED ON THIS SHEET ONLY, UNLESS OTHERWISE NOTED. © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. PAVEMENT SHALL BE OUTLINED IN 6" BLACK PAINT UNLESS OTHERWISE NOTED. SEE PAVEMENT MARKING DETAILS SHEETS FOR C'7 MORE DETAILS. BLACK PAINT SHALL NOT 0 RECEIVE REFLECTIVE MEDIA. m r i C 3. YELLOW TAXIWAY CENTERLINE MARKING G SHALL BE CENTERED ON THE CENTERLINE JOINT. W z 0 w 4. MARKINGS ON EXISTING PAVEMENT TO a REMAIN ARE SHOWN IN GRAY FOR REFERENCE. cn w 0 5. MARKINGS TO BE REPAINTED SHALL BE w CLEAN AND HAVE ANY LOOSE MATERIAL Z REMOVED PRIOR TO THE NEW APPLICATION. J 6. SEE SHEETS G-204, G-205, G-207, G-208 FOR < Q TEMPORARY MARKINGS ASSOCIATED WITH o U CONSTRUCTION PHASING. Q 7. TAXIWAY CENTERLINE MARKINGS SHALL BE INTERRUPTED WHEN CROSSING EXISTING► `ds2j RUNWAY PAVEMENT MARKINGS. _ 8. TEMPORARY MARKINGS SHALL BE APPLIED AT A 50% APPLICATION RATE WITHOUT CITY OF FAYETTEVILLE REFLECTIVE MEDIA. FINAL MARKINGS SHALL ARKANSAS BE APPLIED AT A 100% APPLICATION RATE w WITH REFLECTIVE MEDIA. Z 730 Q z _O 9. SEE CSPP SHEETS FOR REMOVAL AND 0 Z �— REPAINTING OF MARKINGS TO AND FROM I Q 0 AREAS THAT WILL BE CLOSED DURING J J CONSTRUCTION. J 0 Q m > 0- W m Q ~Qw Qw XD w�Lu Z AILLL Q KEYMAP PAVEMENT MARKING PLAN II JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER M-102 SHEET 44 NUMBER m U 0- 0 a� E U O cn 0 m� LL �0 _a cU J al o_ N i O o0- 0 :5; N d ro 00 j�Lo > N /) 00 �O N J CD CN 0 O O r• � >m � N ~ U > U) LL O M � U � O 0 O E �U w a) Q m cn X Q (Q ~ U LL w vi � N N L O m ti o N O J CL a� LL J STA. 105+44.39 Of V=1O OFA 0 �0, r C1 c 05+00 106+ w w U) 1 W z J Z CU `ds'd 7-3 RSA G OR ZjO EXISTING NON -MOVEMENT %REA BOUNDARY MARKING TO REMAIN (TYP). STA. 106+25.61 OFF. 40.34' LT RSA OFZ APRON OFA d�0 107+00 108+00 TAXIWAY B INSTALL 1000 LF OF 6" YELLOW D TAXIWAY CENTERLINE MARKING. YELLOW: 500 SF ��07 ds"d ZOO RSA OFZ di0 OFA `di0 STA. 111 +12.53 OFA A. 110+32.82 OFF. 39.74' LT `d30 OFF. 39.96' LT ,Nor C INSTALL 186 LF OF ENHANCED TAXIWAY CENTERLINE MARKINGS. �O7 YELLOW: 237 SF O BLACK: 321 SF ZOO 109+00 110+00 K111111%. ds�l RSA ds�:l INSTALL SURFACE PAINTED B HOLD SIGNS. (2 @ 270 SF) M-107 REFLECTIVE: 485 SF OFZ STA. 10S OFF. 99.87' RT RUNWAY 16-34 OFZ :� REMOVE 100 SF OF ENHANCED TAXIWAY CENTERLINE PRIOR TO REMARKING NEW MARKINGS. 1+00 Z --- ( zjO ------ STA. 111 +73.97 ` OFF. 100.41' RT 1 15, 30'•1 •1 (IN FEET) EXISTING PAVEMENT PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE NOTES: 1. QUANTITIES REFERENCE THE CONSTRUCTION AREA INCLUDED ON THIS SHEET ONLY, UNLESS OTHERWISE NOTED. 2. ALL PAVEMENT MARKINGS ON EXISTING PAVEMENT SHALL BE OUTLINED IN 6" BLACK PAINT UNLESS OTHERWISE NOTED. SEE PAVEMENT MARKING DETAILS SHEETS FOR MORE DETAILS. BLACK PAINT SHALL NOT 0 RECEIVE REFLECTIVE MEDIA. 1 C 3. YELLOW TAXIWAY CENTERLINE MARKING G SHALL BE CENTERED ON THE CENTERLINE JOINT. Lij w 4. MARKINGS ON EXISTING PAVEMENT TO REMAIN ARE SHOWN IN GRAY FOR U) REFERENCE. 1 5. MARKINGS TO BE REPAINTED SHALL BE w CLEAN AND HAVE ANY LOOSE MATERIAL z REMOVED PRIOR TO THE NEW APPLICATION. J 6. SEE SHEETS G-204, G-205, G-207, G-208 FOR TEMPORARY MARKINGS ASSOCIATED WITH U CONSTRUCTION PHASING. Q 7. TAXIWAY CENTERLINE MARKINGS SHALL BE INTERRUPTED WHEN CROSSING EXISTING G RUNWAY PAVEMENT MARKINGS. 8. TEMPORARY MARKINGS SHALL BE APPLIED AT A 50% APPLICATION RATE WITHOUT REFLECTIVE MEDIA. FINAL MARKINGS SHALL BE APPLIED AT A 100% APPLICATION RATE WITH REFLECTIVE MEDIA. 9. SEE CSPP SHEETS FOR REMOVAL AND REPAINTING OF MARKINGS TO AND FROM AREAS THAT WILL BE CLOSED DURING CONSTRUCTION. KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) w 0 w Q 0 w CITY OF FAYETTEVILLE ARKANSAS W Q z0 cl� 0 Z �— 1 � Lu Q 0� _j Q J J 0- wLLJ Q f�Q> Lu < W �Q U QwQ LL LL LL QZ f— Q PAVEMENT MARKING PLAN III JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER M-103 SHEET 45 NUMBER m U a 0 c E U O cn 0 <� LL �0 _a cn J al o_ N i o� N d O N d ro 00 N 'f? > N /) 00 �O N J CD CN O O >m � N ~ U M U) LL O M-0 � U � O 0 O E �U w Q m cn X Q (Q \~ U 7L LL vi � N N L O m ti o N O J CL a� LL J 0 15, 30' 60' 90, © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE (IN FEET) IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS LEGEND AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. EXISTING PAVEMENT PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE NOTES: OFA bzI0 OFA bi0 OFA bi0 OFA b::I0 OFA bi0 1. QUANTITIES REFERENCE THE CONSTRUCTION AREA INCLUDED ON THIS SHEET ONLY, UNLESS OTHERWISE NOTED. 2. ALL PAVEMENT MARKINGS ON EXISTING PAVEMENT SHALL BE OUTLINED IN 6" BLACK PAINT UNLESS OTHERWISE NOTED. SEE PAVEMENT MARKING DETAILS SHEETS FOR C'7 LO MORE DETAILS. BLACK PAINT SHALL NOT O O RECEIVE REFLECTIVE MEDIA. m C c CC G 3. YELLOW TAXIWAY CENTERLINE MARKING 12+00 113+00 114+00 115+00 116+00 117+00 118+00 SHALL BE CENTERED ON THE CENTERLINE JOINT. w TAXIWAY B w z w 4. MARKINGS ON EXISTING PAVEMENT TO a Z REMAIN ARE SHOWN IN GRAY FOR REFERENCE. cnw 0 i INSTALL 700 LF OF 6" YELLOW D 1 5. MARKINGS TO BE REPAINTED SHALL BE w TAXIWAY CENTERLINE MARKING. M-107 w CLEAN AND HAVE ANY LOOSE MATERIAL Z YELLOW: 350 SF Z REMOVED PRIOR TO THE NEW APPLICATION. J RSA bS2j RSA bS2j RSA bS�l RSA bS2j RSA bS2j J < 6. SEE SHEETS G-204, G-205, G-207, G-208 FOR Q TEMPORARY MARKINGS ASSOCIATED WITH 0 U U CONSTRUCTION PHASING. 7. TAXIWAY CENTERLINE MARKINGS SHALL BE w Q Q INTERRUPTED WHEN CROSSING EXISTING► G RUNWAY PAVEMENT MARKINGS. _ ZOO OFZ ZOO OFZ ZOO OFZ ZOO OFZ ZOO OFZ ZOO 8. TEMPORARY MARKINGS SHALL BE APPLIED AT A 50% APPLICATION RATE WITHOUT CITY OF REFLECTIVE MEDIA. FINAL MARKINGS SHALL FAYETTEVILLE ARKANSAS BE APPLIED AT A 100% APPLICATION RATE w WITH REFLECTIVE MEDIA. Z Q z � _O o w~ 0~ w1~�// JLL-� >J J Q 0-LL00LLJ �Q> Qw Lu �Q w�w w Q Q Q Z I.L L.L Q u- PAVEMENT MARKING PLAN IV JOB NO.: 17041211 DATE: JUNE 2018 RUNWAY 16-34 KEYMAP DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON I ORIGINAL DRAWING FA IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER M-104 r F7UB 46 R m U 0- 0 c a� E U O cn 0 m� LL �0 _a cU J al o_ � O N � O O 0- 0 :5; N d ro O i> L�? > N /) 00 �O N J CD CN �0 C) O o � m� ~ U > U) LL O M � U � O 0 O E �U w Q m cn X Q LL 0_ vi � N N L O m ti o N O J CL INSTALL 150 LF OF ENHANCED ('-C� TAXIWAY CENTERLINE MARKINGS. M-107 YELLOW: 189 SF BLACK: 261 SF B INSTALL SURFACE PAINTED HOLD SIGNS. (2 @ 270 SF) M-107 REFLECTIVE: 485 SF O Ci c 19+00 120+00 w w ♦ ♦I STA. 120+ 58.43 OFF. 51.51' RT �� ♦i ♦ ♦0 W ♦ ♦♦ J RSA ♦� U STA. 121 +05.56 OFF. 60.00' RT CQ G OFZ ZzlO OFZ RU N1 v I I %J-%.,F-r O O + N N O O + co 1 15, 30'•1 •1 (IN FEET) LEGEND EXISTING PAVEMENT PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE OFA ` io OFA vio OFA ` io OFA I NOTES: STA. 120+58.43 OFF. 25.00' LT INSTALL RUNWAY HOLDING A POSITION MARKING. YELLOW: 235 SF M-107 BLACK: 390 SF ZzlO OFZ INSTALL 265 LF OF 6" YELLOW TAXIWAY CENTERLINE MARKING YELLOW: 132.5 SF 4 RSA D �O7 ZOO "1 O N N LL O O n N vsj RSA 1. QUANTITIES REFERENCE THE CONSTRUCTION AREA INCLUDED ON THIS SHEET ONLY, UNLESS OTHERWISE NOTED. 2. ALL PAVEMENT MARKINGS ON EXISTING PAVEMENT SHALL BE OUTLINED IN 6" BLACK PAINT UNLESS OTHERWISE NOTED. SEE PAVEMENT MARKING DETAILS SHEETS FOR MORE DETAILS. BLACK PAINT SHALL NOT RECEIVE REFLECTIVE MEDIA. 3. YELLOW TAXIWAY CENTERLINE MARKING SHALL BE CENTERED ON THE CENTERLINE JOINT. 4. MARKINGS ON EXISTING PAVEMENT TO REMAIN ARE SHOWN IN GRAY FOR REFERENCE. 5. MARKINGS TO BE REPAINTED SHALL BE CLEAN AND HAVE ANY LOOSE MATERIAL REMOVED PRIOR TO THE NEW APPLICATION. 6. SEE SHEETS G-204, G-205, G-207, G-208 FOR TEMPORARY MARKINGS ASSOCIATED WITH CONSTRUCTION PHASING. 7. TAXIWAY CENTERLINE MARKINGS SHALL BE INTERRUPTED WHEN CROSSING EXISTING RUNWAY PAVEMENT MARKINGS. 8. TEMPORARY MARKINGS SHALL BE APPLIED AT A 50% APPLICATION RATE WITHOUT REFLECTIVE MEDIA. FINAL MARKINGS SHALL BE APPLIED AT A 100% APPLICATION RATE WITH REFLECTIVE MEDIA. KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 a U U) w 0 LU Q 0 w CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 Z w w Q 0 F~// J LL � > J �OQ �0-wLLJ mQ I— Q w < W�/ >--j} XD LLILLLLL Z <Q PAVEMENT MARKING PLAN V JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY. BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER M-105 ^ I I UMBER 47 m U a 0 E U O In 0 m � LL �0 _a 0 cU J al o_ N >_ O O 0- 0 :5; N d ro O N 1f? > N /) 00 �O N J CD CN 0 O O >m � N ~ U > U) LL O M � U � O 0 O E �U w Q m cn X Q (Q \~ U 7L LL w vi � N N L O m ti o N O J CL C) C1 G Lij w U) 1 W B Z M-107 J OFZ RSA — ENHANCED TF MARKINGS TC PRIOR TO INV 1 PlL 1 IIJI V, I \L I V I IJ V L EXISTING RUNWAY 16 SURFACE PAINTED HOLD SIGNS (2 @ 145 SF) REFLECTIVE: 250 SF OFA vi O TAXIWAY CENTERLINE MARKING TO REMAIN. - COUPLE NEW CONDUIT AND COUNTERPOISE TO EXISTING CONDUIT AND COUNTERPOISE. BOND COUNTERPOISE USING EXOTHERMIC WELDS. SPLICE NEW L-824C CABLE AT THE NEAREST EXISTING LIGHT BASE AND EXTEND CABLE TO NEW SIGN. INSTALL NEW L-858 (L) LED GUIDANCE SIGN AND BASE. SIGN SHALL BE LOCATED IN -LINE WITH THE HOLDING POSITION MARKING. OFA ')URFACE @ 270 SF) b'S2j OFZ B �O7 REMOVE EXISTING CABLE BACK TO NEAREST LIGHT TO REMAIN. SAW CUT CONDUIT AT SIGN BASE. REMOVE EXISTING GUIDANCE SIGN AND BASE. (TYP.) NG POSITION :-MAIN. Z71O O n N N LL O 0 15, 30'.0•0 (IN FEET) LEGEND EXISTING PAVEMENT PROPOSED ACHM TAXIWAY RSA RUNWAY SAFETY AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE NOTES: 1. QUANTITIES REFERENCE THE CONSTRUCTION AREA INCLUDED ON THIS RSA vsj RSA vsa RSA SHEET ONLY, UNLESS OTHERWISE NOTED. OFA vi O OFA vi O OFA 2. ALL PAVEMENT MARKINGS ON EXISTING PAVEMENT SHALL BE OUTLINED IN 6" BLACK PAINT UNLESS OTHERWISE NOTED. SEE PAVEMENT MARKING DETAILS SHEETS FOR MORE DETAILS. BLACK PAINT SHALL NOT RECEIVE REFLECTIVE MEDIA. 3. YELLOW TAXIWAY CENTERLINE MARKING SHALL BE CENTERED ON THE CENTERLINE JOINT. 4. MARKINGS ON EXISTING PAVEMENT TO REMAIN ARE SHOWN IN GRAY FOR REFERENCE. 5. MARKINGS TO BE REPAINTED SHALL BE CLEAN AND HAVE ANY LOOSE MATERIAL REMOVED PRIOR TO THE NEW APPLICATION. 6. SEE SHEETS G-204, G-205, G-207, G-208 FOR TEMPORARY MARKINGS ASSOCIATED WITH CONSTRUCTION PHASING. 7. TAXIWAY CENTERLINE MARKINGS SHALL BE INTERRUPTED WHEN CROSSING EXISTING RUNWAY PAVEMENT MARKINGS. 8. TEMPORARY MARKINGS SHALL BE APPLIED AT A 50% APPLICATION RATE WITHOUT REFLECTIVE MEDIA. FINAL MARKINGS SHALL BE APPLIED AT A 100% APPLICATION RATE WITH REFLECTIVE MEDIA. KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 01 z O a U U) w 0 w Q 0 w CITY OF FAYETTEVILLE ARKANSAS W Q z0_ 0 Z �— ' Lu Q 0 F-/ J N � Q > J J 0-LLILLJ Q I—Q> Lu <Lu �Q U Q ! Q LL LL LL Q Z Q PAVEMENT MARKING PLAN VI JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER M-106 a� LL J SHEET 48 NUMBER RUNWAY CENTERLINE O Lf') N m • • U �o cB O J 0 IL L c) 00 N 0- 00 75 - d � N 00 � O J CN o ai O o_ 7 co N Cvj U >c/) u- O -� � U � o 0 O �E �U E Lu a) Q -0 4i m cn �0 � o 3:a �Q I- U L LL N d ui � N N i � N O m ti N O J Q 00 M 3' E M-107 3' SURFACE PAINTED RUNWAY HOLDING SIGN POSITION 10, :B -107 III BLACK `'' MARKING (TYP.) SURFACE PAINTED RUNWAY HOLDING SIGN POSITION AIRCRAFT HOLDING SIDE TAXIWAY WIDTH RUNWAY HOLDING POSITION MARKING SCALE: NONE im m PZI a PZI 0 PZI i 016111 *3 1. INSCRIPTION SHALL CONFORM TO ADVISORY CIRCULAR 150/5340 -1 L 2. PAINT SHALL BE COLOR WHITE NUMBERS ON A RED BACKGROUND. RED BACKGROUND HAS BLACK BORDER. 3. TYPE I BEADS SHALL BE APPLIED TO ALL RED PAINT. SURFACE PAINTED RUNWAY HOLDING POSITION SIGN SCALE: NONE 15" RUNWAY CENTERLINE TAXIWAY D CENTERLINE MARKINGS �O7 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED OF RUNWAY HOLDING ISERVCEANDAREPPROPERTOYNAL OF rA F �O7 GARVER, LLC. ANY USE, POSITION MARKING REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED - HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY _ GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 3" (TYP.) AIRCRAFT HOLDING SIDE /—BLACK MARKING (TYP.) YELLOW MARKING � 6" (TYP) � 6" (TYP.) END OF ENHANCED TAXIWAY MARKING NOTES: 1. SEE AC-150/5340-1 L FOR CONVERGING ENHANCED CENTERLINE MARKING DETAILS. ENHANCED TAXIWAY CENTERLINE MARKINGS SCALE: NONE TAXIWAY CENTERLINE 6" TYP. N N N N N N N SCALE: NONE YELLOW MARKING (TYP.) TAXIWAY CENTERLINE MARKING SCALE: NONE NOTE: ALL MARKINGS ARE YELLOW. VERTICAL SPACING FOR RUNWAY HOLDING POSITION SCALE: NONE m z O ry U w 0 w 1 Q 0 6" TYP. > w BLACK MARKING (TYP.) I CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 W Q JL.f_� Q J_ >J > J 00 Q w H Q w >--Jw XD _>- LL LL LL < z � Q PAVEMENT MARKING DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER M-107 SHEET 49 NUMBER m U O U O c� E ca aILL �o o_ �o Q can U 0 J al 75;6 - a-o O (n c o O N �Q O >0) M00 U� -�6O (V J N O7 � w 0 O O O w� m� ~ N UU) LL O M � U � O 0 O E �U w Q m cn X Q (Q \~ U 7L LL w vi � N N L o O m ti o N O J CL a� LL J SYMBOL ITEM DESCRIPTION NEW EQUIPMENT EXISTING EQUIPMENT x EXISTING EQUIPMENT TO BE COMPLETELY DEMOLISHED AND REMOVED, AREA TO BE RESTORED O L-861T TAXIWAY EDGE LIGHT ® BASE MOUNTED LIGHT OD L-867D LIGHT BASE JUNCTION CAN 10 L-858 GUIDANCE SIGN, SEE SIGN INDEX ELECTRICAL DUCT, NUMBER AND 4W-4" SIZE OF CONDUITS AS INDICATED DUCT MARKER ❑ HANDHOLE H1 �M MANHOLE _j_ 0 3/4" x 10' COPPER CLAD STEEL GROUND ROD SERIES LIGHTING CIRCUIT WITH COUNTERPOISE, NUMBER OF HASH MARKS INDICATES NUMBER OF CABLES AFG ABOVE FINISHED GRADE AOA AIRCRAFT OPERATIONS AREA OFA OBJECT FREE AREA OFZ OBSTACLE FREE ZONE RSA RUNWAY SAFETY AREA TSA TAXIWAY SAFETY AREA PC POINT OF CURVATURE PT POINT OF TANGENCY DEB DIRECT EARTH BURIED WP WEATHERPROOF UON UNLESS OTHERWISE NOTED TYP TYPICAL TW TAXIWAY CONSTRUCTION NOTES: CAUTION NOTES: 1. THE CONTRACTOR SHALL STAKE THE AIRFIELD LIGHTING SYSTEMS, PRIOR TO INSTALLATION OF ANY TRENCH, 1. UNDERGROUND UTILITIES EXIST WITHIN AND ADJACENT TO THE LIMITS OF CONSTRUCTION. AN CABLE, OR LIGHTING APPARATUS. THE INTENT IS TO STAKE THE INSTALLATION AT THE LOCATIONS INDICATED, ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS, HOWEVER, ALL EXISTING 11 NOTING ANY DEVIATION FROM PLAN DIMENSIONS TO THE ENGINEER PRIOR TO INSTALLATION. THE CONTRACTOR UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE SHALL OBTAIN THE SERVICES OF AN EXPERIENCED AND LICENSED SURVEYOR TO PERFORM THIS WORK. LOCATIONS SHOWN. PRIOR TO BEGINNING ANY TYPE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE ©2017GARVER,LLC 2. THE CONTRACTOR AND HIS SURVEYOR SHALL THEN MAKE ANY SPACING ADJUSTMENTS AND / OR FIELD STAKING UTILITIES ON THE GROUND. THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS WITH T EASOCUMENTAND DESIGNSNG O S NVEYEDE DI ADJUSTMENTS PRIOR TO INSTALLATION AT NO ADDITIONAL COST TO THE OWNER. UNTIL THEY ARE NO LONGER NECESSARY. HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF 3. THE CONTRACTOR SHALL VERIFY EXACT PAVEMENT EDGE DIMENSIONS WITH THIS INITIAL SURVEY WORK. 2. ARKANSAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES TWO GARVER, LLC. ANY USE, REPRODUCTION, ORDISTRIBUTION WORKING DAYS ADVANCE NOTIFICATION THROUGH THE ARKANSAS ONE -CALL SYSTEM CENTER WITH OF IDEASTHIS AND DOCUMENT,ALONGON TRINE THE IDEAS AND DESIGN CONTAINED 4. THE CONTRACTOR SHALL FIELD MARK AND IDENTIFY TAXIWAY POINT OF TANGENCY (PT) AND INTERSECTION BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF HEREIN, IS PROHIBITED UNLESS POINTS (IP) LOCATIONS WITH EMBEDDED BRASS MARKERS. AN EMERGENCY). THE ONE -CALL SYSTEM PHONE NUMBER IS 1-800-482-8998. THE CONTRACTOR IS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ADVISED THAT THERE IS A SEVERE PENALTY FOR NOT MAKING THIS CALL. NOT ALL UTILITY IN THE ALLOWED PROFESSIONAL SERVICESGOVERNING 5. THE EXISTING AND THE PROPOSED LOCATIONS OF LIGHTING CABLES ARE APPROXIMATE. THE CONTRACTOR COMPANIES ARE MEMBERS OF THE ARKANSAS ONE -CALL SYSTEM; THEREFORE, THE CONTRACTOR AGREEMENT FOR THIS WORK. SHALL BE RESPONSIBLE FOR FIELD LOCATING AND IDENTIFYING THE EXISTING LIGHTING CIRCUITS TO DETERMINE IS ADVISED TO CONTACT ALL NON-MEMBER UTILITIES AS WELL AS THE ONE -CALL SYSTEM. THEIR EXACT ROUTING. THE CONTRACTOR SHALL ALSO BE RESPONSIBLE FOR MAINTAINING THE LIGHTING SYSTEMS IN A WORKING CONDITION UNTIL THE NEW LIGHTING CIRCUITS HAVE BEEN INSTALLED AND TESTED. THE CONTRACTOR SHALL PROACTIVELY AND EXPEDITIOUSLY ACCOMPLISH THIS CABLE IDENTIFICATION WORK PRIOR TO PERFORMING ANY MODIFICATIONS TO THE LIGHTING CIRCUITS. COORDINATE IDENTIFICATION WORK WITH THE ELECTRICAL SAFETY NOTES: OWNER AND ENGINEER AND MAKE ALL CORRECTIONS, ADDITIONS, ETC. ON THE AS -BUILT DRAWINGS. 1. SERIES CIRCUITS CAN BE DANGEROUS AND / OR FATAL. 6. THE CONTRACTOR SHALL BE EXTREMELY CAREFUL WHILE EXCAVATING IN THE AREA OF LIGHTING CIRCUITS. ANY CABLE OR CONDUIT / DUCT WHICH IS NICKED OR DAMAGED DURING EXCAVATION SHALL BE PROPERLY AND EXPEDITIOUSLY SPLICED OR THE LENGTH OF CABLE AND CONDUIT / DUCT REPLACED. A SPLICE OR CONDUIT / DUCT MARKER SHALL BE INSTALLED AT ALL SPLICE OR OTHER REPAIR LOCATIONS MORE THAN 2' AWAY FROM A LIGHT, SIGN, HANDHOLE, MANHOLE, OR JUNCTION STRUCTURE. ALL REPAIR AND / OR REPLACEMENT WORK AND MATERIALS SHALL BE SUPPLIED AND INSTALLED BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE OWNER AND TO THE SATISFACTION OF THE OWNER AND ENGINEER. 7. FOR NEW L-824C CABLE INSTALLED ON THIS PROJECT, THE BASIS -OF -DESIGN OUTSIDE DIAMETER THAT WAS USED IS 0.415 INCHES. IF THE CONTRACTOR USES L-824C CABLE WITH A LARGER OUTSIDE DIAMETER, ANY CONDUIT OR DUCT BANK INCREASES IN SIZE NECESSARY TO MAINTAIN CABLE FILL CODE COMPLIANCE SHALL BE INSTALLED AND PAID FOR BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE OWNER AND TO THE SATISFACTION OF THE ENGINEER. PAYMENT WILL ONLY BE MADE AT THE BASIS -OF -DESIGN CONDUIT OR DUCT BANK PAY ITEM SHOW ON THE PLANS. AS -BUILT DRAWINGS SHALL BE MARKED UP BY THE CONTRACTOR TO IDENTIFY ANY SIZE CHANGES. 8. ALL ELECTRICAL CABLES SHALL BE CLEARLY IDENTIFIED, LABELED, AND TAGGED AT ALL POINTS WHERE THEY ARE AVAILABLE FOR CONNECTIONS OR INSPECTION, INCLUDING, BUT NOT LIMITED TO MANHOLES, HANDHOLES, PULL BOXES, JUNCTION BOXES, AND LIGHT BASES. 9. THE CONTRACTOR SHALL PERFORM MEGGER TESTS ON EACH EXISTING SERIES CIRCUIT PRIOR TO ANY WORK ON THE ELECTRICAL SYSTEM AND EACH NEW AND EXISTING SERIES CIRCUIT AFTER THE ACCEPTANCE TEST PERIOD. MEGGER TESTING REQUIREMENTS SHALL BE SUBSIDIARY TO AND PAID FOR BY L-108 PAY ITEMS. 10. THE CONTRACTOR SHALL COORDINATE WITH THE ON -SITE ENGINEER FOR OWNER AND ENGINEER WITNESS OF ALL MEGGER TESTING. THE CONTRACTOR SHALL SUBMIT HIS INITIAL MEGGER TEST REPORTS TO THE OWNER AND ENGINEER PRIOR TO ANY WORK ON THE ELECTRICAL SYSTEM. THIS REPORT SHALL BE APPROVED AND SIGNED BY THE OWNER AND ENGINEER PRIOR TO THE CONTRACTOR PROCEEDING WITH HIS WORK. 11. THE CONTRACTOR SHALL CHECK THE LOAD ON EACH EXISTING REGULATOR PRIOR TO ANY WORK ON THE ELECTRICAL SYSTEM AND ON EACH NEW AND EXISTING REGULATOR AFTER THE ACCEPTANCE TEST PERIOD. 12. THE CONTRACTOR SHALL CALIBRATE EACH NEW AND EXISTING REGULATOR FOLLOWING THE PERFORMED WORK. 13. LOCKOUT / TAGOUT AND CONSTANT CURRENT REGULATOR CALIBRATION PROCEDURES SHALL BE PAID FOR BY SS-300 PAY ITEMS UNLESS OTHERWISE NOTED. 14. CONDUITS AND DUCTS UNDER PAVED AREAS SHALL BE CONCRETE ENCASED, UNLESS OTHERWISE NOTED. 15. CONDUITS AND DUCTS UNDER NON -PAVED AREAS SHALL BE NON -ENCASED, UNLESS OTHERWISE NOTED. 16. DURING CONSTRUCTION, PROTECT ALL EQUIPMENT, DUCTS, CONDUITS, CABLES, ETC. THAT ARE TO REMAIN IN PLACE. WHERE EXISTING ITEMS ARE CUT, BROKEN, OR DAMAGED, THE CONTRACTOR SHALL REPLACE OR REPAIR PROACTIVELY AND EXPEDITIOUSLY THE ITEMS WITH THE SAME TYPE OF ORIGINAL MATERIAL AND CONSTRUCTION OR BETTER AT NO ADDITIONAL COST TO THE OWNER AND TO THE SATISFACTION OF THE OWNER AND ENGINEER. 2. LOCKOUT / TAGOUT PROCEDURES SHALL BE FOLLOWED. 3. LIGHTING REGULATORS SHALL BE TURNED OFF, LOCKED, AND TAGGED OUT OF SERVICE BEFORE ANY WORK IS DONE ON THE SERIES CIRCUIT. 4. THE ELECTRICAL RESISTANCE AND INSULATION INTEGRITY OF EACH MODIFIED CIRCUIT SHALL BE TESTED BEFORE THE CIRCUIT IS ENERGIZED. DEMOLITION NOTES: 1. RESTORE THE DEMOLITION WORK AREAS TO MATCH EXISTING CONDITIONS. 2. LOCATE, IDENTIFY, AND PROTECT EXISTING SERVICES PASSING THROUGH DEMOLITION AREAS AND SERVING OTHER AREAS m OUTSIDE THE DEMOLITION LIMITS. MAINTAIN SERVICES TO AREAS OUTSIDE DEMOLITION LIMITS. WHEN SERVICES MUST BE INTERRUPTED, INSTALL TEMPORARY SERVICES FOR AFFECTED AREAS. 3. MAINTAIN AND PROTECT EXISTING SERVICES WHICH TRANSIT THE AREAS AFFECTED BY SELECTIVE DEMOLITION. o 4. MAINTAIN CIRCUIT CONTINUITY TO ALL EXISTING SYSTEM EQUIPMENT, DEVICES, ETC., TO REMAIN IN USE WHETHER NOTED ON THE PLANS OR NOT. FIELD VERIFY EXISTING ITEMS TO REMAIN IN USE. WIRING FOR EXISTING DEVICES WHICH MUST BE cn ui RE-ROUTED OR WHICH ARE PARTIALLY ABANDONED, SHALL BE RECONNECTED TO SERVICE THE REMAINING DEVICES ON THE o CIRCUIT. 5. THE INTENTION OF THE ELECTRICAL DEMOLITION IS TO DISCONNECT AND REMOVE ALL ELECTRICAL WORK MADE VOID BY THE SCOPE OF THE CONSTRUCTION AND ALTERATION. FIELD VERIFY EXACT MATERIAL QUANTITIES REQUIRED TO BE REMOVED. Iw 6. ALL REMOVED MATERIALS, OTHER THAN REMOVED MATERIALS TO BE RELOCATED, OR TURNED OVER TO THE OWNER, SHALL o BECOME THE PROPERTY OF THE CONTRACTOR AND SHALL BE REMOVED FROM THE PROJECT SITE. 7. COORDINATE ALL DEMOLITION WORK WITH ALL OTHER TRADES. Lcw>� 8. ALL EXISTING ELECTRICAL WORK AND ASSOCIATED RACEWAY AND WIRING WHICH HAS BEEN MADE OBSOLETE BY THE WORK AND / OR IS SHOWN DASHED ON THE ELECTRICAL DEMOLITION DRAWINGS, SHALL BE DISCONNECTED AND REMOVED, UNLESS OTHERWISE NOTED. AN ATTEMPT HAS BEEN MADE TO INDICATE ALL OF THIS WORK, BUT TOTAL ACCURACY IS NOT GUARANTEED. CITY OF FAYETTEVILLE ARKANSAS LLI Q z0 0 Z �- � W Q 0� JO� 0� Q 3:J J ��w mQ I- Q w < W N I..1 >__j} XD LLILLL Z Q GENERAL ELECTRICAL NOTES JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-001 SHEET 50 NUMBER REMOVE EXISTING CABLE AND ABANDON CONDUIT IN PLACE. CABLE REMOVAL SHALL BE PAID BY LINEAR FOOT OF CONDUIT CLEARED. (TYP.) EXISTING BASE MOUNTED L-861T(L) TW EDGE LIGHT TO REMAIN. (TYP.) A ` io OFA - - vio OFA k ` io OFA — ` io — ds�j m U Q C O C a� E U O 0 co � O 0_ N LL q d N� � UO J al Q Lo cn L c O O N N < � Q N O 45 ) M 00 U -�6O N J N m — w 0 O O d Ly m� ~ U N LL O M � U � O 0 O E �U w Q m U) X Q (Q \~ U 7L LL a vi � N N L � O O m ti o N O J CL REMOVE EXISTING BASE MOUNTED TW EDGE LIGHT AND ISOLATION TRANSFORMER. DEMOLISH BASE. EDGE LIGHT AND ISOLATION TRANSFORMER SHALL BE STORED FOR RELOCATION TO NEW BASE. (TYP.) REMOVE EXISTING GUIDANCE SIGN AND BASE. (TYP.) Ll 0 104 0 Iq X X--E- a - - - - -- 0------------ X' RSA xABANDON EXISTING I 2W-4"C DUCT IN PLACE X I M I W TAXIWAY WEST Q X CIRCUIT 1 �\ \v RSi of _".,JVE EXISTING CABLE BACK TO NEAREST LIGHT TO REMAIN. SAWCUT CONDUIT AS SHOWN. (TYP.) 015, 30'.0•0 (IN FEET) KinTF.- - OFA y::IO 1. SEE SHEET E-001 FOR LEGEND, GENERAL CONSTRUCTION NOTES, ELECTRICAL SAFETY NOTES, AND CAUTION NOTES. RSA TAXIWAY WEST CIRCUIT 2. ELECTRICAL REMOVAL SHALL BE COORDINATED WITH PAVEMENT REMOVAL. SEE THE CIVIL DEMOLITION PLANS FOR EXTENTS OF PAVEMENT REMOVAL. 3. ALL EXISTING CABLES, CONDUITS, AND / OR EQUIPMENT OUTSIDE THE PROJECT LIMITS SHALL REMAIN IN PLACE UON. 4. EXISTING CIRCUIT ROUTING SHOWN IS APPROXIMATE. CABLES TO BE REMOVED ARE TAXIWAY B NOTED. IF ADDITIONAL CABLES EXIST WITHIN CONDUIT TO BE REMOVED, COORDINATE WORK WITH ENGINEER. vs2j 5. SEE SHEET M-106 FOR ADDITIONAL SIGN REMOVAL AND INSTALLATION. © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O d U U) w 0 w Q 0 w CITY OF FAYETTEVILLE ARKANSAS Y Oz < z O 0 W < W1~�// 0~ JLL_� >J J Q >�W �Q I— Q % < W �Q w�w RUNWAY 16-34 QwQ Qz LLLL� �Q • 1�9 '® ji KEYMAP ELECTRICAL REMOVAL PLANS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-101 SHEET 51 NUMBER co � a LL �o a �o Q can U 0 J al Q Lo cn L c r O N N < � Q N O 45 ) M 00 U) — -�6O N J N m — w 0 ,-0 0 0 oa LIJ m� ~ U N LL O M � U � O 0 O E �U w Q m U) X Q (Q \~ U 7O L LL w vi � N N L � O O m ti o N �O J CL a� LL J 1 1 OFA i V-�O 1 U 1� IN 1 1 1 EXISTING BASE MOUNTED L-861T(L) TW EDGE LIGHT TO REMAIN. (TYP.) APRON REMOVE EXISTING CABLE AND ABANDON CONDUIT IN PLACE. CABLE REMOVAL SHALL BE PAID BY LINEAR FOOT OF CONDUIT CLEARED. (TYP.) REMOVE EXISTING BASE MOUNTED TW EDGE LIGHT AND ISOLATION TRANSFORMER. DEMOLISH BASE. EDGE LIGHT AND ISOLATION TRANSFORMER SHALL BE STORED FOR RELOCATION TO NEW BASE. (TYP.) EXISTING 2W-4"C DUCT SHALL REMAIN IN PLACE. (TYP.) X----------�� d=10 - TAXI WAY B — OFA n di0 — 2 W-4 "C co — ---X- OFA - TAXIWAY WEST CIRCUIT - di0 X — X ---co C) i w W W �r VJ X I W Z J RUNWAY 16-34 U ` s'd 1 1 •1 •1 (IN FEET) KinTF.- 1. SEE SHEET E-101 FOR GENERAL NOTES. KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 01 w H- Q 0 w CITY OF FAYETTEVILLE ARKANSAS ui Q^r' z0 li 0 Z I- 1 � ' Q Q JO� 0� Q 3:J J ��-j mQ I— Q w < W N I..1 >--j} XD LLILLL Z Q ELECTRICAL REMOVAL PLANS II JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-102 SHEET 52 NUMBER m U a a E U O 0 co LL �0 o_ a0 Q �a J al Q Lo L c O O N N < � Q N O 45 ) M00 U� -�6O N J N m - w 0 ,- 0 LIJ m� ~ U N LL 0 � U � O 00 �E �U w Q m U) X Q (Q ~ U LL O w vi � N N L � O O m ti o N O J CL N 0 w w w �_ U) I W z I OFA ` AO 2W-4"C x----x--x---x- - RSA `dS21 REMOVE EXISTING BASE MOUNTED TW EDGE LIGHT AND ISOLATION TRANSFORMER. DEMOLISH BASE. EDGE LIGHT AND ISOLATION TRANSFORMER SHALL BE STORED FOR RELOCATION TO NEW BASE. (TYP.) --� V Dv -x- TAXIWAY WEST CIRCUIT RSA — wcz -4 REMOVE EXISTING CABLE BACK TO NEAREST LIGHT TO REMAIN. SAWCUT CONDUIT AS SHOWN. (TYP.) APRON REMOVE EXISTING CABLE AND ABANDON CONDUIT IN PLACE. CABLE REMOVAL SHALL BE PAID BY LINEAR FOOT OF CONDUIT CLEARED. (TYP.) d=10 — OFA - x -x- x -X --- x TAXIWAY B -[- -- E�- - - - - - - (-o) ---- LJ RSA — \ - `dS2j J \ RSA \ EXISTING BASE MOUNTED L-861T(L) TW EDGE LIGHT TO REMAIN. (TYP.) \ EXISTING BASE MOUNTED L-858 GUIDANCE SIGN TO REMAIN IN PLACE. (TYP.) RUNWAY 16-34 ---� OFA II — ` =10 - EXISTING 2W-4"C DUCT SHALL REMAIN IN PLACE. (TYP.) 2W-4"C --x max__ x __- 0 w w w �_ V ) I W z J 1 15, 30'•1 •1 (IN FEET) KinTF.- 1. SEE SHEET E-101 FOR GENERAL NOTES. KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 01 z 0 U U) Lu 0 w Q 0 w CITY OF FAYETTEVILLE ARKANSAS W Q^r' z0 li 0 I- W~ W 0~ JO� 0� Q 3:J J ��-j mQ I- Q w < W NN I..1 >--j} XD z ELECTRICAL REMOVAL PLANS III JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-103 J I I I SHEET 53 NUMBER co ILL �o a �0 Q can U 0 J al Q Lo L c r O N N < � Q N O 45 ) M 00 U -�6O N J N m — w 0 ,-0 0 0 oa LIJ m� ~ U N LL O M � U � O 0 O E �U w Q m cn X Q (Q \~ U 7O L LL w vi � N N L � O O m ti o N O J CL ro vi O S REMOVE EXISTING BASE MOUNTED TW EDGE LIGHT AND ISOLATION TRANSFORMER. DEMOLISH BASE. EDGE LIGHT AND ISOLATION TRANSFORMER SHALL BE STORED FOR RELOCATION TO NEW BASE. (TYP.) C') o--x--- -- - - - - - - x - - - - - - - - -X--- x VJ 1 77- - - - - r) - - - - - - X WL Z J RSA - VS2J I REMOVE EXISTING CABLE BACK TO NEAREST LIGHT TO REMAIN. SAWCUT CONDUIT AS SHOWN. (TYP.) EXISTING BASE MOUNTED L-861T(L) TW EDGE LIGHT TO REMAIN. (TYP.) EXISTING BASE MOUNTED L-858 GUIDANCE SIGN TO REMAIN IN PLACE. TAXIWAY B .O V=10 TAXIWAY WEST CIRCUIT ---- - X --- x-- x--------X---- _X _ — _X_ \ _ RSA RSA — vsj RSA - REMOVE EXISTING CABLE AND ABANDON CONDUIT IN PLACE. CABLE REMOVAL SHALL BE PAID BY LINEAR FOOT OF CONDUIT CLEARED. (TYP.) TAXIWAY WEST CIRCUIT EXISTING 2W-4"C DUCT SHALL REMAIN IN PLACE. (TYP.) __x 1: X Lo 0 1 w w w V ) 1 W Z J Z CU CQ G 1 1 •1 •1 (IN FEET) NnTF.q- 1. SEE SHEET E-101 FOR GENERAL NOTES. KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 U U) w 0 w Q 0 w CITY OF FAYETTEVILLE ARKANSAS W Z O '^r' li 0 Z I- ' � W Q 0 JO� 0� Q 3:J J >�-j �Q I— Qw <W NN I..1 >--j} XD LLILLL Z Q ELECTRICAL REMOVAL PLANS IV JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-104 J I I I I SHEET 54 NUMBER co � a ILL �o a �0 Q �a J al Q Lo cn L c O O N N < � Q N O 45 ) M00 U)- -�6O N J N m w0 oa LIJ m� ~ U N LL O M � U � O 0 O E �U w Q m cn X Q (Q \~ U 7O L LL w vi � N N L � O O m ti o N O J CL C) r 1 w w w �_ V ) 1 W Z U CQ G `— X \—x—, \ -X RSA TAXIWAY WEST CIRCUIT REMOVE EXISTING GUIDANCE SIGN AND BASE. (TYP.) RUNWAY 16-34 SEE SHEET M-106 FOR ADDITIONAL SIGN REMOVAL AND INSTALLATION. OFA ViO OFA ViO OFA ViO OFA REMOVE EXISTING BASE MOUNTED TW EDGE LIGHT AND ISOLATION TRANSFORMER. DEMOLISH BASE. EDGE LIGHT AND ISOLATION TRANSFORMER SHALL BE STORED FOR RELOCATION TO NEW BASE. (TYP.) VS2j 1 1 •1 •1 (IN FEET) N0TFS- 1. SEE SHEET E-101 FOR GENERAL NOTES. © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z 0 o_ U U) Lu 0 RSA — VSz RSA VS2j RSA I I Q 0 REMOVE EXISTING CABLE AND ABANDON CONDUIT IN PLACE. CABLE REMOVAL SHALL BE PAID BY LINEAR FOOT OF CONDUIT CLEARED. (TYP.) �I TAXIWAY WEST Jul CIRCUIT iK KEYMAP w ova CITY OF FAYETTEVILLE ARKANSAS w Z O '^r' li 0 Z I- w~ w Q 0~ JO� 0� Q 3:J J >�W �Q �Qw Qw >--j} XD LLILLL Z Q ELECTRICAL REMOVAL PLANS V JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-105 SHEET UMBER 55 1 15, 30'•1 •1 (IN FEET) AI.'1TCC'. 1. SEE SHEET E-001 FOR LEGEND, GENERAL A ` io OFA b'::IO — OFA ` io - OFA - Or, vio - CONSTRUCTION NOTES, ELECTRICAL SAFETY INSTALL NEW CONCRETE COUPLE NEW CONDUIT AND COUNTERPOISE TO EXISTING EXISTING BASE MOUNTED L-861T(L) NOTES, AND CAUTION NOTES. ENCASED L-867D CONDUIT AND COUNTERPOISE. BOND COUNTERPOISE TW EDGE LIGHT TO REMAIN. (TYP.) U JUNCTION CAN. (TYP.) USING EXOTHERMIC WELDS. SPLICE NEW L-824C CABLE 2. NEW TAXIWAY NAMES SHOWN THIS SERIES. 65.5' AT NEAREST EXISTING LIGHT BASE OR JUNCTION CAN. (TYP.) 3. EXISTING CIRCUIT ROUTING SHOWN IS APPROXIMATE. IF ROUTING DIFFERS IN THE B3 FIELD, COORDINATE WITH ENGINEER. + J1 CONSTRUCT NEW 1 W-2" D �� — — — f 4. EQUIPMENT AND COUNTERPOISE GROUND DUCT. INSTALL CABLES PT RODS NOT SHOWN FOR CLARITY. AS INDICATED. (TYP.) D 5. LIGHT BASE CONDUIT DRAIN LOCATIONS INSTALL EXISTING STORED LED L-861T(L) CONSTRUCT NEW 2W-2"C INDICATED BY "+". TAXIWAY EDGE LIGHT AND EXISTING U N BORE. INSTALL CABLES TAXIWAY B 6. SEE SHEET M-106 FOR ADDITIONAL SIGN TRANSFORMER ON NEW BASE WITH NEW C N AS INDICATED. (TYP.) REMOVAL AND INSTALLATION. L-823 PRIMARY CONNECTOR KITS. (TYP.) TAXIWAY LIGHT SPACING: `sSj m U Q C O c E U O 0 cn L L m Q� o_ ILL -0 �Q cn O al o_ N 7 L _O o � N O Q N O m00 cn o N N m N J N m w0 ,- 0 0 oa Ly ca ~ U N LL O M � U � O 0 O E �U w Q m cn c� — �a X Q (Q \~ U 7L LL a vi � N N L o O m ti o N O J CL a� L.L J TAXIWAY WEST CIRCUIT N m Q � X ALIGN ALIGN J U © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. DA 1 SPACE AT 41.50' D J2 } + RSA `d: — RSA — bS�j © 2 EQUAL SPACES AT 37.85' m B2 TAXIWAY WEST © 4 EQUAL ARC LENGTHS OF 37.32' CIRCUIT �D 2 EQUAL SPACES AT 49.13' o E PLACE LIGHT WITH EQUAL SPACES TO a INSTALL NEW L-858(L) LED GUIDANCE SIGN ADJACENT LIGHTS. cn ui AND BASE. SIGN SHALL BE LOCATED IN -LINE WITH THE HOLDING POSITION MARKING. w Q 0 w�y/ LL E CITY OF + FA INSTALL NEW L-858(L) LED ARKANSAS LE GUIDANCE SIGN AND BASE AT THE w OFFSET DISTANCE SHOWN. (TYP.) Q z Z _O B1 0 w < LIGHT SHALL BE PLACED w ~ 0 ~ 13' FROM RW EDGE. O Q m_j �N0-�/w 00 LL_ ~Qw Qw wog <W UJ QD RUNWAY 16-34 KEYMAP ELECTRICAL INSTALLATION PLANS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-201 SHEET 56 NUMBER m U 0- a E U O 0 c� <� LL -0 �Q cna al n N 7 L _O O � N O Q N O m 00 cn— O N N m N J N m wo 00 oa w m� ~ U N LL M � U � O 0 O E �U W N Q m U) c� d �X Q > U LL CL vi � N N L O O m ti o N �O J CL a� LL J V-�O — OFA Z CU IJ Q C14 APRON LOCATE EXISTING DUCT BANK. EXTEND AND COUPLE NEW CONDUIT AND COUNTERPOISE TO EXISTING DUCT BANK AND ROUTE NEW L-824C CABLES. UTILIZE BOND COUNTERPOISE USING EXOTHERMIC WELDS. CONSTRUCT NEW 1 W-2" DUCT. INSTALL CABLES A! 1k 11 1/ ATr P1 /T%/P INSTALL EXISTING STORED LED L-861T(L) TAXIWAY EDGE LIGHT AND EXISTING TRANSFORMER ON NEW BASE WITH NEW L-823 PRIMARY CONNECTOR KITS. (TYP.) 1 1 •1 •1 (IN FEET) N0TFS- 1. SEE SHEET E-201 FOR GENERAL NOTES. TAXIWAY LIGHT SPACING: OF 2 EQUAL ARC LENGTHS OF 16.47' © 2 EQUAL SPACES AT 91.04' OH 2 EQUAL ARC LENGTHS OF 13.58' (D 2 EQUAL ARC LENGTHS OF 7.85' TAXIWAY WEST JO 1 SPACE AT 50.00' CIRCUIT PT + di0 — 2W-4"C OFA %mm+ G u TAXIWAY B ' i - I ' la IQ ----- ��- - - - - - - - - - --- - - - - - - - - - �J r� EXISTING BASE MOUNTED L-861T(L) TW EDGE LIGHT TO REMAIN. (TYP.) EXISTING BASE MOUNTED L-858 GUIDANCE \ SIGN TO REMAIN IN PLACE. (TYP.) \ I dslH RSA ds2:l v/ I ` V SDI � I II II II + I� F I LJ COUPLE NEW CONDUIT AND COUNTERPOISE TO EXISTING CONDUIT AND COUNTERPOISE. BOND COUNTERPOISE USING EXOTHERMIC WELDS. SPLICE NEW L-824C CABLE AT NEAREST EXISTING LIGHT BASE, JUNCTION CAN, OR MANHOLE. (TYP.) RSP, —�— I 3:' I I 0 II Q I X II I I O \O FI OK 2 EQUAL SPACES AT 160.52' © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. M O } m N uj z w o_ w ~_ o_ Z 0 VJ � w i in Z J w TAXIWAY WEST o CIRCUIT U > w — `ds'd CITY OF FAYETTEVILLE ARKANSAS W Q�/ z0 cl1 Z 0 W~ 0�— J N 0� > J —jOQ -j o0 Q ~Qw QW -j} <�XD _ Z LLLLIai Q RUNWAY 16-34 KEYMAP ELECTRICAL INSTALLATION PLANS II JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY- JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-202 SHEET 57 NUMBER m U a 0 E U O 0 cn <� LL -0 �Q ccnn 0 al N 7 L _O O � N O Q N O m00 cn— O N N m N J N_ O) CD � N m w0 00 oa w m� ~ U N LL 0 M � U � O 00 �E �U w Q m U) c� — �a X Q (Q ~ U >� LL O w vi � N N L O O m ti o N O J CL N O N W W w �_ V J W z_ I CONSTRUCT NEW 1 W-2" DUCT. INSTALL CABLES AS INDICATED. (TYP.) m PT PTDj + 2W-4"C PT_ _ PT — RSA Iz (D IQ `dS21 APRON INSTALL EXISTING STORED LED L-861T(L) TAXIWAY EDGE LIGHT AND EXISTING TRANSFORMER ON NEW BASE WITH NEW L-823 PRIMARY CONNECTOR KITS. (TYP.) d:i0 COUPLE NEW CONDUIT AND COUNTERPOISE TO EXISTING CONDUIT AND COUNTERPOISE. BOND COUNTERPOISE USING EXOTHERMIC WELDS. SPLICE NEW L-824C CABLE AT NEAREST EXISTING LIGHT BASE OR JUNCTION CAN. (TYP.) — K5A - `d30 OFA TAXIWAY B LOCATE EXISTING DUCT BANK. EXTEND AND COUPLE NEW CONDUIT AND COUNTERPOISE TO EXISTING DUCT BANK AND ROUTE NEW L-824C CABLES. UTILIZE BOND COUNTERPOISE USING EXOTHERMIC WELDS. (TYP.) d=10 — OFA - TAXIWAY WEST CIRCUIT PT -[- - - - - -- a - - - - - - - 4-__- ___ r � z �J � TAXIWAY WEST L J \ \ CIRCUIT RSA —� RSA \ EXISTING BASE MOUNTED L-861T(L) TW EDGE LIGHT TO REMAIN. (TYP.) \ EXISTING BASE MOUNTED L-858 GUIDANCE \ SIGN TO REMAIN IN PLACE. (TYP.) I RUNWAY 16-34 II OFA 2W-4; C T RSA — d�0 / / i I I I II I II I I II II I I O N W W w �_ V ) I W z_ J 1 15, 30'•1 •1 (IN FEET) NnTF.q- 1. SEE SHEET E-201 FOR GENERAL NOTES. TAXIWAY LIGHT SPACING: JO 1 SPACE AT 50.00' OK 2 EQUAL SPACES AT 160.41' © 2 EQUAL ARC LENGTHS OF 7.63' OM 1 SPACE AT 40.50' ON 2 EQUAL SPACES AT 142.23' DO 3 EQUAL SPACES AT 37.27' © 4 EQUAL SPACES AT 188.54' KEYMAP © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 01 z O U U) Lu 0 w Q 0 w CITY OF FAYETTEVILLE ARKANSAS W Q�/ z0 cl1 0 z �— ' � W Q 0 J�� 3:J �OQ >�w mQ I— Q w < W NN I..1 >--j} XD AIL � < z Q ELECTRICAL INSTALLATION PLANS III JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-203 4 I SHEET 5fl NUMBER m U a C O a� E U O 0 cn <� IL �o �Q �U cn O al N 7 L _O O � N O Q N O m 00 cn CO N N m N J N_ O) CD � N m W 0 O O N d W ca N ~ U N LL O M � U � O 0 O E �U w Q m cn �a X Q ~ > . U LL � a vi � N N L O m ti o N O J CL a� LL J 0 15' 30' 60' 90' © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE (IN FEET) IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION �+ NOTES: OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY 1. SEE SHEET E-201 FOR GENERAL NOTES. GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. TAXIWAY LIGHT SPACING: INSTALL EXISTING STORED LED L-861T(L) JO 1 SPACE AT 50.00' TAXIWAY EDGE LIGHT AND EXISTING TRANSFORMER ON NEW BASE WITH NEW © 4 EQUAL SPACES AT 188.54' L-823 PRIMARY CONNECTOR KITS. (TYP.) OFA `di0 — OFA — vio OFA ` =10 — — - - CONSTRUCT NEW 1 W-2" DUCT. INSTALL CABLES AS INDICATED. (TYP.) TAXIWAY WEST CIRCUIT co Lo C) 0 } m CV P CV w J JO w TAXIWAY B z ° w w _ _ 0 VJ VJ cn Lu wL z %w J RSA VS2j vsj RSA RSA vsj RSA v J LU TAXIWAY WEST 0 U COUPLE NEW CONDUIT AND COUNTERPOISE TO EXISTING CIRCUIT U > CONDUIT AND COUNTERPOISE. BOND COUNTERPOISE ui Q USING EXOTHERMIC WELDS. SPLICE NEW L-824C CABLE AT Q NEAREST EXISTING LIGHT BASE OR JUNCTION CAN. (TYP.) _ EXISTING BASE MOUNTED L-861T(L) CITY OF TW EDGE LIGHT TO REMAIN. (TYP.) FAYETTEVILLE ARKANSAS w EXISTING BASE MOUNTED L-858 GUIDANCE Y SIGN TO REMAIN IN PLACE. (TYP.) Q�/ z 0 L.1� 0 Z �— w Q ' 1­—/ 0 J 0L 0� > J J Q ��w mQ �Q> Qw Lu �Q wC)w <W Qz LL LL u- Q ELECTRICAL INSTALLATION PLANS IV JOB NO.: 17041211 DATE: JUNE 2018 KEYMAP DESIGNED BY- JRP DRAWN BY: JBV RUNWAY 16-34 �. BAR IS ONE INCH ON , I ORIGINAL DRAWING IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-204 SHEET �� NUMBER co U Q C O m c a� E U O 0 U) a� ME W W <LL -0o �Q ccnn O � al 2-6 C N 7 L N � cu O o� N O Q N �o > rn co co cn o N J N_ cm (.0 � N . N W r) O O N W N ~ co Nu LL O U) 0- � U � O L O � E cU Ew a� Q m cn � o •� Q \~ U / L LL co 0_ vi O N_ E � ca O m o a? N 6 J CL 0 N 1 W w w ��_ VJ 1 W Z U C� G INSTALL NEW L-858(L) LED GUIDANCE SIGN AND BASE AT THE OFFSET DISTANCE SHOWN. (TYP.) u --- u --- �� OFA — vio - J 65.5' U INSTALL NEW L-858(L) B4 LED GUIDANCE SIGN + J3 AND BASE. SIGN SHALL D BE LOCATED IN -LINE PT WITH THE HOLDING POSITION MARKING. a z 0 N CONSTRUCT NEW Q 2W-2"C BORE. 04 INSTALL CABLES AS INDICATED. (TYP.) J4 ' KbA INSTALL NEW CONCRETE ENCASED L-867D JUNCTION CAN. (TYP.) TAXIWAY WEST CIRCUIT :. LIGHT SHALL BE PLACED 13' FROM RW EDGE. RUNWAY 16-34 SEE SHEET M-106 FOR ADDITIONAL SIGN REMOVAL AND INSTALLATION. N + %'N 1 1 •1 •1 (IN FEET) nInT[=c- 1. SEE SHEET E-201 FOR GENERAL NOTES. TAXIWAY LIGHT SPACING: © 2 EQUAL SPACES AT 37.85' © 4 EQUAL ARC LENGTHS OF 37.32' PLACE LIGHT WITH EQUAL SPACES TO OFA vio OFA b'::IO OFA ADJACENT LIGHTS. INSTALL EXISTING STORED LED L-861T(L) TAXIWAY EDGE LIGHT AND EXISTING TRANSFORMER ON NEW BASE WITH NEW L-823 PRIMARY CONNECTOR KITS. (TYP.) Q 1 SPACE AT 50.00' © 4 EQUAL SPACES AT 188.54' 1 SPACE AT 38.15' © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U cn LIJ n PT N - vsj — RSA vsS j RSA vsS j RSA Lu m TAXIWAY WEST o CIRCUIT LLI B 3: CONSTRUCT NEW 1W-2" N DUCT. INSTALL CABLES Alu, X AS INDICATED. (TYP.) CITY OF FAYETTEVILLE ARKANSAS — — — — — W N ALIGN N z Q INSTALL NEW LED L-861T(L) z < _ O TAXIWAY EDGE LIGHT ON NEW p Q BASE. (TYP. OF "N") 11Z - - _lz _jOQ �Lij coLL N ALIGN N LLi 00Ljj �0�/— Q w Q W Q Lu � Jw Xp wQ< z LL LL LL � Q + N )0' ELECTRICAL INSTALLATION C) PLANS V KEYMAP JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 1.. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-205 SHEET U- J I I �I I I I UMBER 60 C N E U O N L m a_ LL �o Q U) U 0 J al 75;� 0_ o co(n !� = N L N c O (D d N :5 N N Q co >0) M00 c� -�6O N co N 00 60 Oa w m� ~ U N 11 0 cm-0 U � O 0 O �E �U w Q m cn �X Q \~ U LL � 0_ � N N L � m O m ti O = N O J CL a� m LL J CAUTION BURIED ELECTRIC LINE BELOW NOTES: 1. POWER MARKING TAPES SHALL BE DETECTABLE TYPE CONSTRUCTION WITH RED BACKGROUND AND BLACK LETTERING. DUCT 2-2" MARKER NOTES: 1. PROVIDE 3" DIAMETER FLAT BRONZE MARKER, LETTERS 1/2" HIGH, RECESS MOUNTED FLUSH WITH TOP OF PAVEMENT, EPDXY IN PLACE. 2. INSTALL MARKER CENTERED 6" FROM PAVEMENT EDGE. 3/16" DIAMETEF 211 CABLE TAG NOTES: 1. ALL CABLES SHALL BE IDENTIFIED. INSTALL CABLE TAGS IN ALL ACCESSIBLE LOCATIONS INCLUDING JUNCTION BOXES, PULL BOXES, MANHOLES, HANDHOLES, AND LIGHT BASES. 2. INSTALL CABLE TAGS 12" FROM THE L-823 CONNECTORS. IF NO CONNECTORS ARE REQUIRED, INSTALL A CABLE TAG NEAR EACH CABLE ENTRANCE VIA DUCT OR CONDUIT. 3. CABLE IDENTIFICATION TAGS SHALL BE MADE FROM A NON -CORROSIVE STAINLESS STEEL MATERIAL WITH THE CIRCUIT AND / OR LOOP IDENTIFICATION NUMBER STAMPED OR ETCHED ONTO THE TAG. 4. TAGS SHALL BE CIRCULAR IN SHAPE, 2-INCH MINIMUM DIAMETER AND 20 GAUGE NON -CORROSIVE STAINLESS STEEL MATERIAL. 2. TAPE SHALL BE DETECTABLE, DURABLE, HIGHLY VISIBLE, RESISTANT TO 3/8" TEXT SIZE 5. SECURE EACH TAG TO THE CABLE USING WEATHER AND ULTRAVIOLET ELEMENTS, MEETING AND / OR EXCEEDING ALL INDUSTRY STANDARDS. 3. COST OF BRONZE MARKERS IS INCIDENTAL TO THE RESISTANT NYLON CABLE TIES. ASSOCIATED ITEMS OF DUCT OR CABLE. 3. PROVIDE MULTIPLE AND / OR WIDER TAPES FOR WIDER DUCT BANKS. 6. TAG IDENTIFICATION TEXT SHALL BE COORDINATED WITH THE OWNER COORDINATE WITH ENGINEER. AND THE ENGINEER DURING SUBMITTALS PRIOR TO THE WORK. UNDERGROUND DETECTABLE WARNING TAPE SCALE: NONE �I[Ii�1iY TAXIWAY COUNTERPOISE NOTES: 1. COUNTERPOISE GROUND RODS SHALL BE COPF STEEL, 3/4" X 10'-0" SIZE, SPACED A MAXIMUM OF 2. CONNECT COUNTERPOISE GROUND RODS AND CONDUCTORS WITH EXOTHERMIC WELDS ONLY. 3. GROUND RODS SHALL BE DRIVEN VERTICALLY F PLUS 6" COVER MINIMUM. 4. WHERE CONDUIT RUNS ARE ADJACENT TO PAVEMENT, SUCH AS ALONG RUNWAY OR TAXIWAY EDGES, THE COUNTERPOISE SHALL BE INSTALLED 8" BELOW GRADE, LOCATED HALF THE DISTANCE FROM EDGE OF PAVEMENT TO THE CONDUIT RUNS. 5. WHERE CONDUIT RUNS ARE NOT ADJACENT TO PAVEMENTS, THE COUNTERPOISE SHALL BE INSTALLED 4" MINIMUM ABOVE THE CONDUIT. BRONZE PAVEMENT EDGE DUCT MARKER SCALE: NONE 3" SELECT 6" BACKFILL �� BASE MOUNTED FIXTURES AND CONDUIT TRENCH DETAILS (CURRENT SYSTEM WITH SEPARATE COUNTERPOISE TRENCH) SCALE: NONE 1W-2"C TRENCH CABLES AS REQUIRED AND ONE CONDUIT ENTERLINE TRENCH SET BY STRING LINE GUIDE LACE SOIL AFTER SETTLING <FILL IN ACCORDANCE WITH L-110 SPECIFICATIONS IETECTABLE WARNING TAPE I LEGEND "CAUTION BURIED ELECTRIC LINE BELOW" SCHEDULE 40 PVC CONDUIT 5 kV L-824 TYPE C CABLE(S) TYPICAL CABLE TAG SCALE: NONE 2" TW WEST 001 LIGHT TAG NOTES: N 1. INSTALL FIXTURE SO NUMBERING TAG AND SET SCREW FACE PAVEMENT EDGE. NUMBERING TAG SHALL HAVE A 3/16" TOP HOLE FOR SECURING VIA FIXTURE SET SCREW. 2. PROVIDE WEATHER AND CORROSION RESISTANT BRASS TAGS WITH BLACK FILLED 1/4" TALL CIRCUIT IDENTIFICATION AND LETTERS / NUMBERS AND 1/2" TALL TAG NUMBERS. PROVIDE ROUND TAGS AS INDICATED BY ENGINEER. 3. TAGS SHALL BE INSTALLED SEQUENTIALLY ALONG THE PATH OF THE TAXIWAY / RUNWAY CIRCUIT IN THE ORDER THAT THE SERIES CIRCUIT CABLE IS CONNECTED. NEW CIRCUIT ID TAG NUMBERING SHALL ORIGINATE AT THE FIRST AIRFIELD EQUIPMENT FIXTURE AS THE CIRCUIT LEAVES THE AIRFIELD ELECTRICAL VAULT. 4. LIGHT FIXTURES, GUIDANCE SIGNS, ETC. ALL ON THE SAME CIRCUIT SHALL BE NUMBERED IN THE SAME SEQUENTIAL FASHION. 5. TAXIWAY LIGHT IDENTIFICATION TAGS ARE REQUIRED FOR THE FOLLOWING TAXIWAY CIRCUITS: A. WEST TAXIWAY: "TW WEST" AIRFIELD EQUIPMENT IDENTIFICATION TAG SCALE: NONE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 01 z O 1= d U cn w w H- 0 ova CITY OF FAYETTEVILLE ARKANSAS W Q z0_ 0 ' � ' Q 0 J0� Q �J J >0-W 00 LLJQw QW w�} XD _ LLILu- Z Q ELECTRICAL DETAILS JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-301 SHEET 61 NUMBER 2'-0" TYPICAL ARROWS SHALL INDICATE DIRECTION OF DUCT OR CABLE RUN (TYPICAL) DUCT 4-4" NUMBER AND SIZE OF DUCTS INSTALLED BENEATH MARKER (TYPICAL) E U O c� E ca aILL �o a �o Q can U 0 J al 75;6 - a-(Dro N L c O o N N < � Q (D >0) M00 U� -�6o N J N 00 0 0 Oa w m� ~ U N 11 0 M � U � O 0 O �E �U w Q m cn X Q LL a vi N L O m ti o N J CL a� LL J SPLICE P-610 CONCRETE 3/4" CHAMFER ALL AROUND (TYPICAL) MARKER NOTES: 1. LETTERS SHALL BE 4" HIGH, 3" WIDE, STROKE 1/2" WIDE, IMPRESSED 1/4" DEEP. LETTERS SHALL BE STENCILED. 2. MARKERS SHALL BE 4" THICK MINIMUM AND PROJECT 1" AFG MAXIMUM. 3. MARKERS SHALL BE PAINTED AVIATION ORANGE. 4. COST OF CONCRETE MARKERS IS INCIDENTAL TO THE ASSOCIATED ITEMS OF DUCT OR CABLE. 5. CABLE AND SPLICE MARKERS SHALL IDENTIFY THE CIRCUITS WHICH THE CABLES BELONG TO. 6. EACH DUCT OF CONDUIT RUN SHALL BE MARKED APPROXIMATELY EVERY 200 FEET ALONG THE DUCT OR CONDUIT RUN, WITH AN ADDITIONAL MARKER AT EACH CHANGE OF DIRECTION OF DUCT OR CONDUIT RUN. 7. EMPLOY THE FOLLOWING METHODS WHERE ADDITIONAL SPACE TO FIT THE LEGEND IS REQUIRED: A. REDUCE LETTER SIZE TO 3" HIGH, 2" WIDE. B. INCREASE THE MARKER SIZE TO 30"X30" MAX. C. PROVIDE ADDITIONAL MARKERS PLACED SIDE BY SIDE. CONCRETE SLAB MARKERS SCALE: NONE TOP OF EXISTING TAXIWAY STING PAVEMENT ZTING SUBBASE _L #6 AWG BARE SOLID )PPER COUNTERPOISE V POLYETHYLENE PIPE BORE UNDER EXISTING PAVEMENT AND INSTALL 24" SDR 11 POLYETHYLENE PIPES AS SLEEVES FOR 2" CONDUIT SYSTEM INSTALL CONDUIT WITH PULL ROPE AND CAP SPARE WATERTIGHT INSTALL NEW SERIES LIGHTING CIRCUIT INCLUDING MULTIPLE L-824C CABLES WITHIN 2"C WHICH WILL PASS THROUGH THE 4" SDR 11 POLYETHYLENE PIPE BORING NOTES: 1. EXTEND 4" PIPES MINIMUM 10'-0" BEYOND EACH PAVEMENT EDGE, BOTH SIDES. 2. FOR OTHER PAVEMENT EDGES WITHOUT EDGE LIGHTS, SUCH AS PERIMETER ROADS, EXTEND 4" PIPES MINIMUM 10'-0" BEYOND EACH PAVEMENT EDGE, BOTH SIDES. 3. INSTALL 3/4" x 10'-0" COPPERCLAD GROUND RODS AT EACH END OF ELECTRICAL DUCT AND BOND COUNTERPOISES USING EXOTHERMIC WELDS. 4. BORING LOCATION SHALL BE MINIMUM 10'-0" BEYOND RUNWAY SAFETY AREA BOUNDARY UNLESS OTHERWISE NOTED. SEE PLANS FOR LOCATIONS AND COORDINATE WORK WITH ENGINEER PRIOR TO START. 5. ADD CONCRETE AND BRONZE DUCT MARKERS AT BOTH ENDS OF BORE. c E-302 DIRECTIONAL BORING SLEEVES SCALE: NONE FINISHED GRADE WITH COMPACTED SOIL L-867D LIGHT BASE, 16" DIAMETER x 24" DEEP, WITH INTERNAL AND EXTERNAL GROUND LUGS #6 AWG BARE STRANDED COPPER BONDING JUMPER, UTILIZE EXOTHERMIC WELD TO BOND JUMPER TO DEDICATED GROUND ROD AND MECHANICAL CONNECTIONS FOR BONDING AT BASE CAN EXTERNAL GROUND LUG DEDICATED 3/4" X 10'-0" COPPERCLAD STEEL GROUND ROD INSTALL 3'-0" X 3'-0" FILTER BLANKET UNDER LIGHT BASE CAN, OVERLAP AS DIRECTED BY ENGINEER D E-302 D BARE SOFT DRAWN COPPER FOR COUNTERPOISE ENDED BARE SOFT DRAWN COPPER FOR EQUIPMENT D )THERMIC WELDED CONNECTION ,DWELD OR APPROVED EQUIVALENT) 3/4" X 10'-0" COPPERCLAD STEEL GROUND ROD FOR COUNTERPOISE 3/4" X 10'-0" COPPERCLAD STEEL GROUND ROD FOR LIGHT BASE AND REBAR GROUNDING GROUND ROD NOTES: 1. GROUND RODS SHALL BE INSTALLED NOT MORE THAN 500 FEET APART FOR COUNTERPOISE AND AS SHOWN ON LAYOUT PLAN SHEETS. 2. ONE GROUND ROD SHALL BE INSTALLED AT EACH LIGHT BASE FOR GROUNDING THE LIGHT BASE. 'B� TYPICAL GROUND ROD CONNECTION E-302 SCALE: NONE STAINLESS STEEL BOLTS WITH ANTI -SEIZE COMPOUND (2) #3 HOOPS STEEL REINFORCEMENT 3/4" CHAMFER ALL AROUND I a 61' i a MIN a r 12" OFFSET a © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 16" DIAMETER, 0.5" THICK BLANK COVER PLATE WITH GASKET m HAND TROWEL FINISH AND SLOPE TO DRAIN AWAY FROM BASE 1 " AFG z 0 a a • • cn a 211 211 2�� - o PROVIDE 3' SLACK CABLE FOR ALL CABLES WITHIN BASE P-610 CONCRETE, w a a a 6" ALL AROUND o A NOTES 4, 6 COUPLING w a � a CABLE(S) JUNCTION BOX NOTES: 28" SLIP -FITTER RUBBER GROMMET BUSHING AND END BELL FITTING (TYPICAL) 2" PVC CONDUIT 3/4" DIAMETER ` 6" MINIMUM WEEP HOLE SELECT BACKFILL 1. INSTALL CABLE ID TAGS ON ALL LIGHTING CIRCUIT CABLES IN ALL BOXES. 2. PROVIDE MINIMUM 3' SLACK CABLE FOR EACH CABLE ENTERING LIGHT BASE SO THAT L-823 CONNECTIONS CAN BE LIFTED OUT OF THE BASE ABOVE GRADE. 3. DEDICATED GROUND ROD SHALL NOT BE BONDED TO SEPARATE COUNTERPOISE SYSTEM (ISOLATION METHOD LIGHTNING PROTECTION). 4. STUBOUTS AND OTHER APPURTENANCES SHALL BE INCLUDED IN THE JUNCTION BOX PAY ITEM. 5. STUBOUTS SHALL BE 1' BEYOND JUNCTION BOX WALL AND INCLUDE A WATERTIGHT FACTORY PLUG. 6. COORDINATE EXACT LIGHT BASE AND CONDUIT DRAINING LOCATIONS WITH ENGINEER PRIOR TO WORK. INSTALL BASES WITH T-CONFIGURED CANS WITH A 1" CONDUIT AWAY FROM PAVEMENT, INCLUDING 45 DEGREE DOWN ELBOW WITH RODENT GUARD INTO MINIMUM 1 CUBIC FOOT OPEN GRADED, DRAINABLE AGGREGATE. TOP OF AGGREGATE SHALL BE MINIMUM 3'-0" BELOW GRADE. BASE MOUNTED LIGHT BASE JUNCTION BOX INSTALLATION SCALE: NONE CITY OF FAYETTEVILLE ARKANSAS W Q z0_ 0 z �— � ' Q 0� J12� 0� Q 3:J J >0-L mQ LuQw QW >__j} XD _ LL LL LL < z � Q ELECTRICAL DETAILS II JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-302 SHEET 62 NUMBER RECC SOIL m U O E U O c� m� aILL �o o_ �o Q can U 0 J al 75;6 - w W ro N L c o o� N N < ,Q (D >0) M00 U� -�6C) � N J N 00 00 oa w m� ~ U N LL 0 M � U � O 0 O �E �U w �Q m cn �X Q \~ U 7L LL w � N N L om C) N N O J CL REMOVAL NOTES: 1. THE AIRPORT RESERVES THE RIGHT TO SALVAGE USABLE COMPONENTS. 2. ALL LIGHTING AND DEVICES SHALL BE REMOVED BY THE CONTRACTOR. THE ENGINEER AND AIRPORT WILL REVIEW THE REMOVED EQUIPMENT. ITEMS DESIGNATED AS SALVAGE SHALL THEN BE MOVED AND STORED AS DIRECTED BY AIRPORT. 3. ALL ITEMS THAT ARE NOT TO BE SALVAGED SHALL BE CAREFULLY REMOVED FROM THE AIRPORT AND PROPERLY DISPOSED. 4. THE AREA DISTURBED BY THE REMOVAL OPERATION SHALL BE RESTORED TO THE SATISFACTION OF THE OWNER AND THE ENGINEER. THIS SHALL INCLUDE BACKFILLING WITH SELECT FILL, COMPACTION, GRADING, AND SODDING. AREA RESTORATION SHALL BE SUBSIDIARY TO THE EQUIPMENT PAY ITEM. A� BASE MOUNTED EDGE LIGHT REMOVAL E-303 % SCALE: NONE OVE EXISTING LIGHT )RE, BASE, CONDUIT, ENCASEMENT, AND rION TRANSFORMER )NCRETE PAD TO ITS LE AND RECOMPACT ABANDON EXISTING JTERPOISE IN PLACE I.LI V I%_,JE EXISTING CABLE AND ABANDON CONDUIT IN PLACE [Amommommom\mma I mq mq I RE 1. TF SP 2 AL RE ENGINEER AND AIRPORT WILL REVIEW THE REMOVED EQUIPMENT. ITEMS DESIGNATED AS SALVAGE SHALL THEN BE MOVED AND STORED AS DIRECTED BY AIRPORT. REMOVE EXISTING GUIDANCE SIGN, COUPLINGS, CONCRETE BASE, CAN, ISOLATION TRANSFORMER, AND GROUND ROD ter" "'„ "" 'COMPLETE CONCRETE : ULL DEPTH, FILL HOLE AND RECOMPACT RECOMPACT AND SOD ;BED SOIL (SUBSIDIARY TO SIGN REMOVAL) DON EXISTING CABLES, T, AND COUNTERPOISE IN PLACE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 3. ALL ITEMS THAT ARE NOT TO BE SALVAGED SHALL BE CAREFULLY REMOVED FROM THE AIRPORT AND PROPERLY DISPOSED. 4. THE AREA DISTURBED BY THE REMOVAL 00 OPERATION SHALL BE RESTORED TO THE SATISFACTION OF THE OWNER AND THE ENGINEER. THIS SHALL INCLUDE BACKFILLING WITH SELECT FILL, COMPACTION, GRADING, zz AND SODDING. AREA RESTORATION SHALL BE B BASE MOUNTED SIGN REMOVAL SUBSIDIARY TO THE EQUIPMENT PAY ITEM. E-303 SCALE: NONE cn 0 INSTALL L-823 CONNECTOR, INSTALL SPIRAL WRAP TAPES ONE-HALF LAPPED, ONE RECEPTACLE, AND PLUG ENDS LAYER OF RUBBER OR SYNTHETIC RUBBER TAPE, AND ONE LAYER OF PLASTIC TAPE, EXTENDING ATLU LEAST 1-1/2 INCHES ON EACH SIDE OF THE JOINT, SEE o SPECIFICATIONS FOR INSTALLATION DETAILS INSTALL AIRPORT LIGHTING HEAT SHRINK KITS TO SEAL ONLY THEuj L-823 CONNECTOR / CABLE JOINTS, EXTENDING AT LEAST 2" ON EACH _ SIDE OF JOINT AFTER SHRINKING, L-824C CABLE TYPICAL OF 2 12" (TYP) CITY OF FAYETTEVILLE ARKANSAS w 1 CONNECTOR NOTES: Q z O INSTALL CABLE TAG 12" 1. IN -LINE CONNECTIONS OR SPLICES OF UNDERGROUND CABLES WITHIN MANHOLES, cl� p Z �— w FROM L-823 CONNECTOR HANDHOLES, LIGHT BASES, OR OTHER ACCESSIBLE LOCATIONS SHALL BE MADE USING w p (TYPICAL BOTH SIDES OF L-823 CONNECTOR KITS. J �OQ J � CONNECTOR) > Ld m 00 Q 2. PROVIDE CABLE IN CONTINUOUS LENGTHS FOR HOME RUNS OR OTHER LONG CABLE w � > _ RUNS WITHOUT CONNECTIONS, UNLESS AUTHORIZED IN WRITING BY THE ENGINEER OR Q w Q w SHOWN ON THE PLANS. I j p 3: � �Jw W Xp 3. INSTALL 2-PIECE HEAT SHRINK KIT ON PRIMARY CABLE CONNECTORS. < < z 4. DO NOT INSTALL HEAT SHRINK ON SECONDARY CABLE CONNECTORS OF THE ISOLATION ELECTRICAL TRANSFORMERS. DETAILS III 5. AS AN OPTION, THE CONTRACTOR MAY UTILIZE ENHANCED FAA CERTIFIED L-823 CONNECTOR KITS, SUCH AS THE AMERACE 54 SUPER KIT, INTEGRO COMPLETE KIT, OR AN APPROVED EQUAL. THESE KITS DO NOT REQUIRE TAPING OR HEAT SHRINKING. THESE KITS SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUFACTURER'S INSTALLATION REQUIREMENTS. NOTE THAT THE MIXING OF CONNECTOR KITS IS JOB NO.: 17041211 UNACCEPTABLE. THE CONTRACTOR SHALL CLEARLY LIST AND SUBMIT THE DATE: JUNE 2018 CONNECTOR KITS HE PROPOSES TO UTILIZE ON THE PROJECT FOR APPROVAL PRIOR DESIGNED BY: JRP TO ANY FIELD CONSTRUCTION WORK, AND HE SHALL ONLY INSTALL THAT TYPE DURING CONSTRUCTION UNLESS OTHERWISE NOTED BY THE ENGINEER. DRAWN BY: JBV BAR IS ONE INCH ON L-823 CONNECTOR INSTALLATION ORIGINAL DRAWING 0 1 l, IF NOT ONE INCH ON THIS SHEET, FOR CAN AND CONDUIT SYSTEM ADJUST SCALES ACCORDINGLY. DRAWING NUMBER SCALE: NONE E-303 a� LL J SHEET 63 NUMBER C N E U O �0 N L m a_ ILL o_ �0 Q can U 0 J al 75;-6 w o N L c o O N N < � Q (.0� >0) M00 U� -�6 (z) � N J N co 0 0 ,-0 0 0 o a w� m� ~ U N LL O M � U � O 0 0 E �U w Q m cn X Q (Q \~ U 7L LL w vi � N N L o O m ti O N O J CL STAINLESS STEEL BOLTS WITH ANTI -SEIZE COMPOUND HAND TROWEL FINISH AND SLOPE TO DRAIN AWAY FROM LIGHT 3/4" CHAMFER ALL AROUND FINISHED GRADE WITH COMPACTED SOIL MI I— MINJ" (2) #3 HOOPS STEEL REINFORCEMENT L-867B LIGHT BASE, 12" DIAMETER x 24" DEEP, _ WITH INTERNAL AND EXTERNAL GROUND LUGS #6 AWG BARE STRANDED COPPER BONDING JUMPER, UTILIZE EXOTHERMIC WELD TO BOND JUMPER TO DEDICATED GROUND ROD AND MECHANICAL CONNECTIONS FOR BONDING TO BASE CAN EXTERNAL GROUND LUG 2" PVC CONDUIT COUPLING (TYPICAL) DEDICATED 3/4" X 10'-0" COPPERCLAD STEEL GROUND ROD WITH EXOTHERMIC WELD INSTALL 3'-0" X T-0" FILTER BLANKET — UNDER LIGHT BASE CAN, OVERLAP AS DIRECTED BY ENGINEER COPPER BONDING JUMPER TO GROUND ROD 00 N 12" MIN. OFFSET SQUARE BASE PLAN VIEW NEW OR RELOCATED L-861T(L) LIGHT CIRCUIT IDENTIFICATION AND EQUIPMENT NUMBERING TAG ATTACHED BY METAL SCREW, SEE DETAIL FOR LEGEND = REQUIREMENTS = FRANGIBLE COUPLING, BASE COVER PLATE AND 1" AFG DISCONNECT PLUG M 2" 0 2" 2° III III III III BOND LIGHT BASE INTERNAL GROUND LUG TO LIGHT FIXTURE VIA #6 a AWG GREEN TYPE XHHW STRANDED COPPER WIRE, PROVIDE SLACK a FOR UNOBSTRUCTED ACCESS REMOVAL OF LIGHT FIXTURE AND COVER a 0 0 PROVIDE 3' SLACK CABLE FOR LIFTING zi CONNECTIONS AND TRANSFORMER ABOVE GRADE <1 a L6� CABLE(S) P-610 CONCRETE, 6" ALL AROUND a a s 5 kV L-824C CABLE WITH L-823 CONNECTORS, HEAT SHRINK, AND CABLE TAGS (TYPICAL) �, j A E-304 24" NOTES 4 SLIP FITTER RUBBER GROMMET BUSHING AND END BELL FITTING (TYPICAL) SECTION VIEW NEW OR RELOCATED L-830 TRANSFORMER 6" MINIMUM SELECT BACKFILL 3/4" DIAMETER WEEP HOLE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 01 z O d U U) w 0 w H- Q 0 Nw LL BASE MOUNTED LIGHT FIXTURE NOTES: ova 1. INSTALL FIXTURE SO NUMBERING TAG AND SET SCREW FACE PAVEMENT EDGE. CITY OF FAYETTEVILLE ARKANSAS 2. INSTALL NEW L-823 CONNECTOR KITS WITH HEAT SHRINK AND CABLE TAGS AT ALL w LIGHTS AND GUIDANCE SIGNS. Q z Z _O 3. DEDICATED GROUND ROD SHALL NOT BE BONDED TO SEPARATE COUNTERPOISE SYSTEM 0 Z �— (ISOLATION METHOD LIGHTNING PROTECTION). w Q UIT WITH J 0 J 3ABLE(S) 4. COORDINATE EXACT LIGHT BASE AND CONDUIT DRAINING LOCATIONS WITH ENGINEER J Q � m PRIOR TO WORK. INSTALL BASES WITH T-CONFIGURED CANS WITH A 1" CONDUIT AWAY 0- Ld 00 Q FROM PAVEMENT, INCLUDING 45 DEGREE DOWN ELBOW WITH RODENT GUARD INTO w g� MINIMUM 1 CUBIC FOOT OPEN GRADED, DRAINABLE AGGREGATE WRAPPED IN Q w Q w NON -WOVEN FILTER FABRIC. TOP OF AGGREGATE SHALL BE MINIMUM 36" BELOW GRADE. I j C) <WUJ QD Lt_ Lt_ u- Q SQUARE ELECTRICAL 6EMENT DETAILS IV BASE MOUNTED LIGHT INSTALLATION SCALE: NONE JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-304 J I I SHEET 64 NUMBER a� E U O Wr-) a� c L m �o a >o Q can U 0 J al w o co N L N c o O N N � CN Q c� >cn M00 U� -�iO N co N O7 CD 00 0 0 Oa w m� ~ U N 11 0 �o- cm-0 � U 0 O �E �U w Q m cn X Q (Q \~ U 7L LL - w vi � N N L O m ti O = N O J CL a� m LL J CONCRETE ENCASEMENT 3/4" X 10'-0" COPPERCLAD STEEL GROUND RODS, SPACED A MAXIMUM OF 500' APART p EXOTHERMIC WELDS ONLY w O L-867 LIGHT BASE z L-861 (L) EDGE LIGHT w ry w _ - 0 w z #6 AWG BARE SOLID COPPER COUNTERPOISE 0 N COUNTERPOISE GROUND - ROD, 2'-0" FROM SIGN BASE GROUND LUG #6 AWG STRANDED COPPER LAYOUT NOTES: CENTERLINE TAXIWAY PAVEMENT DEFINED PAVEMENT EDGE 12" OUTLINE OF 24" DEEP CONCRETE ENCASEMENT OF CAN AND CONDUIT TO SIGN 2" PVC TO SIGN LEG LENGTH VARIES z 4' ° ° a a ° �Lo N ° Q - #6 AWG BARE SOLID COPPER COUNTERPOISE a °I I o ° 2"C SCHEDULE 40 PVC CONDUIT L-824C CABLE i DEDICATED 3/4"x10'-0" COPPERCLAD STEEL GROUND ROD, #6 AWG BARE STRANDED COPPER BONDING JUMPER, UTILIZE EXOTHERMIC WELD TO BOND JUMPER TO ROD AND MECHANICAL CONNECTION FOR BONDING TO BASE CAN EXTERNAL GROUND LUG, INSTALLED OPPOSITE SIDE FROM PAVEMENT SERIES LIGHTING CIRCUIT IN 2" CONDUIT WITH COUNTERPOISE FROM NEAREST EDGE LIGHT TO GUIDANCE SIGN L-867 LIGHT BASE L-858 (L) GUIDANCE SIGN 1. INSTALL NEW L-823 CONNECTOR KITS WITH HEAT SHRINK AND CABLE TAGS AT ALL LIGHTS AND GUIDANCE SIGNS. 2. ATTACH AND CONNECT COUNTERPOISE SYSTEM AND GROUND RODS USING EXOTHERMIC WELDS ONLY. 3. INSTALL FIXTURE NUMBERING TAG AND SET SCREW FACING PAVEMENT EDGE. 4. INSTALL CABLE TAGS ON CIRCUITS IN EACH BASE MOUNTED LIGHT AND SIGN. 5. SUBMIT LIGHT / SIGN AND BASE CAN INSTALLATION METHOD SHOP DRAWINGS FOR REVIEW AND APPROVAL PRIOR TO STARTING WORK. 6. DEMONSTRATE PROPER INSTALLATION LOCATION, ALIGNMENT, ELEVATION, AND ORIENTATION PRIOR TO CONSTRUCTION WORK. 7. UTILIZE ONLY EXOTHERMIC WELDS BELOW GRADE. 8. PROVIDE MINIMUM 3'-0" SLACK CABLE FOR EACH CABLE ENTERING LIGHT BASE SO THAT L-823 CONNECTIONS AND ISOLATION TRANSFORMER CAN BE LIFTED OUT OF THE BASE ABOVE GRADE. 9. SUBMIT EXACT LOCATION LAYOUT OF EACH LIGHT AND SIGN INSTALLATION FOR APPROVAL PRIOR TO INSTALLATION. 10. INSTALL DEDICATED EQUIPMENT SAFETY GROUND ROD WITH EXOTHERMIC WELD AT EACH LIGHT FIXTURE AND SIGN. 11. DO NOT CONNECT THIS SAFETY GROUND ROD OR THE BASE TO THE COUNTERPOISE SYSTEM (ISOLATION METHOD LIGHTNING PROTECTION). 12. COORDINATE EXACT LIGHT BASE AND CONDUIT DRAINING LOCATIONS WITH ENGINEER PRIOR TO WORK. INSTALL BASES WITH T-CONFIGURED CANS WITH A 2" CONDUIT AWAY FROM PAVEMENT, INCLUDING 45 DEGREE DOWN ELBOW INTO MINIMUM 1 CUBIC FOOT OPEN GRADED, DRAINABLE AGGREGATE. TOP OF AGGREGATE MINIMUM 3'-0" BELOW GRADE. SEE LAYOUT PLANS FOR EXACT LOCATIONS REQUIRED. A E-305 EDGE LIGHT AND GUIDANCE SIGN LAYOUT PLAN SCALE: NONE N REINFORCEMENT, SEE SECTION FOR SIZE AND LAYOUT REINFORCEMENT, SEE SECTION FOR SIZE AND LAYOUT SLOPE TO DRAIN 3/4" CHAMFER AL BASE SHALL BE P 13" THICK AT ED( P-610 CONCRETE 2" SCHEDULE 40 INSTALL 3'X3' FIL' UNDER BASE CAI DIRECTED BY EN 3/4" WEEP HOLE a 12" 12" 12" II a ° ° --a--a -------- -- --- --------------I ---- II jzi 11 SIGN — --- I --��— CENTERLINE%—T — a �a �L 11 I a I I a ° -------- t--I-------------- - I° a <+ �a ° a L-867B LIGHT BASE L-858(L) OUTLINE SIGN REFERENCE POINT CAP AND PLUG A CONDUIT STUB OUTS WATERTIGHT (TYPICAL) SIGN BASE PLAN E-305 SCALE: NONE C E-305 SIGN BASE SECTION A -A SCALE: NONE 3 (L) GUIDANCE SIGN BEVEL, BOTH SIDES WELDED WIRE MESH JIMUM 3" CONCRETE COVER )E SOIL AND SOD TO AINAGE AWAY FROM J BASE AT 1 % SLOPE 13ROMMET (TYPICAL) :)ICAL) WATER TIGHT END BELL (TYPICAL) =P SELECT BACKFILL © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O 1= o_ U cn w w Q 0 CITY OF FAYETTEVILLE ARKANSAS w Q z0 0 Z 1--0� ' Q _j Q � J J ��w mQ I— Q w < W w} W XD _ LLILu- Z Q ELECTRICAL DETAILS V JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY- JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-305 SHEET 65 NUMBER m U Q 0 E U 0 c� L m aILL �0 o_ a0 Q can U 0 J al 75;6 - a-o ro(n N L N c O O N N < � Q (D >0) M00 U� -�6C) � N J N 00 o M d w� m� ~ U N 11 0 M � U 0 O �E �U w Q mU) X Q (Q ~ U >� LL O w vi � N N L � O O m ti O N O J CL a� LL J STAINLESS STEEL EXPANSION ANCHOR (TYP) EXPANSION ANCHOR (TYP) 3/4" CHAMFER ALL AROUND CONCRETE BASE, SEE DETAIL FOR REQUIREMENTS P-610 CONCRETE 12" GROUND - CLAMP FRANGIBLE COUPLINGS (TYPICAL) DEDICATED 3/4"X10' COPPERCLAD STEEL GROUND ROD AT EACH SIGN, MAXIMUM 2" PROJECTION ABOVE PAD SURFACE FOR GROUND CLAMP CONNECTION 2" PVC WITH CORD SET EXTENSION KIT, CONCRETE ENCASED #6 AWG BARE STRANDED COPPER - CONDUCTOR, UTILIZE EXOTHERMIC WELD TO BOND TO DEDICATED GROUND ROD AND DISTANCE FROM SIGN REFERENCE POINT TO FULL STRENGTH PAVEMENT EDGE L-858(L) GUIDANCE SIGN WITH EXTERNAL ON / OFF SWITCH CIRCUIT IDENTIFICATION AND EQUIPMENT NUMBERING TAG ATTACHED BY METAL SCREW, / //— #6 AWG STRANDED COPPER GROUND 12" MECHANICAL CONNECTIONS FOR 3/4" DIAMETER WEEP HOLE BONDING TO EXTERNAL GROUND 6" MINIMUM SELECT BACKFILL LUG BELOW LIGHT BASE SLIP -FITTER RUBBER GROMMET BUSHING AND END BELL FITTING GUIDANCE SIGN NOTES: (TYPICAL) 1. INSTALL SIGN IN ACCORDANCE WITH FAA GUIDELINES AND MANUFACTURER'S RECOMMENDATIONS. 2. INSTALL NEW L-823 CONNECTOR KITS WITH HEAT SHRINK AND CABLE TAGS AT ALL LIGHTS AND GUIDANCE SIGNS. 2" 'I" AFG 611 VI N. 3. SUBMIT SIGN AND BASE CAN INSTALLATION METHOD SHOP DRAWINGS FOR REVIEW AND APPROVAL PRIOR TO STARTING WORK. STAINLESS STEEL BOLTS WITH ANTI -SEIZE COMPOUND L-867B LIGHT BASE, 12" DIAMETER X 24" DEEP, WITH INTERNAL AND EXTERNAL GROUND LUGS, 3/8" THICK STEEL COVER WITH GASKET, 1/4" ABOVE PAD SURFACE SLOPE TO DRAIN AWAY FROM SIGN AND BASE 5Z L L-830 TRANSFORMER 24" (2) 5 kV L-824C CABLES 2" PVC CONDUIT — INSTALL 3'X3' FILTER BLANKET UNDER BASE CAN, OVERLAP AS DIRECTED BY ENGINEER 4. DEMONSTRATE PROPER INSTALLATION LOCATION, ELEVATION, AND ORIENTATION PRIOR TO CONCRETE WORK. 5. CONNECT THE COUNTERPOISE TO GROUND ROD 2'-0" FROM CONCRETE PAD. DO NOT CONNECT COUNTERPOISE TO LIGHT BASE GROUND LUG (ISOLATION METHOD LIGHTNING PROTECTION). 6. INSTALL A DEDICATED EQUIPMENT SAFETY GROUND ROD WITH EXOTHERMIC WELD AT EACH SIGN. 7. UTILIZE ONLY EXOTHERMIC WELDS BELOW GRADE. 8. PROVIDE MINIMUM 3'-0" SLACK CABLE FOR EACH CABLE ENTERING LIGHT BASE SO THAT L-823 CONNECTIONS CAN BE LIFTED OUT OF THE BASE ABOVE GRADE. 9. PROVIDE TETHER FOR ALL SIGNS USING 3/16" STAINLESS STEEL AIRCRAFT CABLE AND STAINLESS STEEL HARDWARE. PROVIDE SINGLE MODULE SIGNS WITH ONE TETHER. PROVIDE MULTIPLE MODULE SIGNS WITH A TETHER AT BOTH ENDS. 10. TETHERS AND GROUND BONDING CONDUCTOR SHALL BE SUFFICIENT LENGTH TO ALLOW THE FRANGIBLE COUPLINGS TO OPERATE PROPERLY AND POWER CABLE TO DISCONNECT IF THE SIGN FALLS OVER. 11. SOD THE DISTURBED AREAS 3' ALL AROUND THE SIGN AND GRADE SOIL TO PROVIDE DRAINAGE AWAY FROM SIGN BASE. SOD SHALL BE SUBSIDIARY TO SIGN INSTALLATION PAY ITEM. 'A BASE MOUNTED SIGN INSTALLATION E-306 SCALE: NONE FINISHED GRADE WITH COMPACTED SOIL AND SOD PROVIDE 3'-0" SLACK CABLE FOR LIFTING CONNECTIONS AND TRANSFORMERS ABOVE GRADE L-823 CONNECTORS WITH HEAT SHRINK AND CABLE TAGS #6 AWG BARE SOLID COPPER COUNTERPOISE 3/4"x10' COPPERCLAD STEEL GROUND ROD WITH EXOTHERMIC WELD, MINIMUM 24" FROM SIGN BASE LIGHTS LOCATED AT APEX SHALL 10' OFFSET LINE BE ALIGNED IN A STRAIGHT LINE, BOTH DIRECTIONS. LIGHTS SHALL REMAIN IN A STRAIGHT LINE 10, 10, CENTERLINE OF TAXIWAY DEFINED PAVEMENT EDGE 10, — — 10, L-861 T(L EDGE LIGHT FILLET LAYOUT NOTES: 1. LIGHTS LOCATED AT A FILLET CHANGE OF DIRECTION SHALL BE LOCATED BASED OFF OF THE INTERSECTION OF EACH 10' OFFSET. 2. EDGE LIGHTS SHALL REMAIN IN A STRAIGHT LINE PARALLEL TO PAVEMENT. 3. SIMILAR FOR SINGLE SIDED FILLETS. 4. SEE THE "EDGE LIGHT AND GUIDANCE SIGN LAYOUT PLAN" DETAIL FOR ADDITIONAL REQUIREMENTS AND LAYOUT DETAILS. FILLET EDGE LIGHT LAYOUT PLAN SCALE: NONE © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 01 z 0 U U) w 0 w Q 0 w ova CITY OF FAYETTEVILLE ARKANSAS ui Y 0 �I­— J12� 0� —jOQ 0_ LL w J maw -jLu QQ w LL LL LL ELECTRICAL DETAILS VI JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP DRAWN BY: JBV BAR IS ONE INCH ON ORIGINAL DRAWING 0 1 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-306 SHEET 66 NUMBER co c a� E M U O N �p L C" 00 LL r^ LL u�i U O �M J al 0_ aD N L coo oFL N N �Q C.0� >M Mco U� �C) J N N 00 cy) w� m� co N U) LL O U)0- 0)-o � U � O L C) O � E cU Ew a� Q m cn � o co \~ U / L LL co 0_ vi O N_ E co O m I- N 6 J CL NEW LIGHTING SIGN INDEX SIGN NO. DESC. SIDE 1 SIDE 2 SIZE STYLE CLASS MODE ARROW ANGLE INDEX NOTES LEGEND B2 41 B1 1 2 2 2 900 1 TYPE B2 LEGEND L R _ _ _ _ Y Y L 1 2 2 2 - 4 TYPE LEGEND F B2 ; B3 Y Y L 1 2 2 2 2700 1 TYPE LEGEND ; B 1 B4 B Y Y 1 2 2 2 900 2 TYPE B5 LEGEND - '� ' L R R - _==_� Y Y L 1 2 2 2 - 5 TYPE LEGEND 61 B6 Y 1 2 2 2 2700 2 TYPE B7 LEGEND TYPE Fl - L R R _ _ _ = 0 Y Y L 1 2 2 2 - 6 SIGN INDEX LEGEND: INDEX NOTES: L L-858L LOCATION 1. SIGN SIDE 1 SHALL FACE NORTH. Y L-858Y DIRECTION / DESTINATION / BOUNDARY 2. SIGN SIDE 1 SHALL FACE SOUTH. R L-858R MANDATORY INSTRUCTION 3. SIGN SIDE 1 SHALL FACE EAST. B L-858B DISTANCE REMAINING 4. SIGN SIDE 1 SHALL FACE NORTHWEST. * BLANK PANEL 5. SIGN SIDE 1 SHALL FACE SOUTHWEST. 6. SIGN SIDE 1 SHALL FACE SOUTHEAST. GENERAL NOTE: 1. SIZE 1 SIGN OFFSET SHALL BE 20' FROM PAVEMENT EDGE. A SIGN LEGEND E-307 SCALE: NONE ARROW ANGLES 270° 0° 180° 90° © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. 01 z 0 a U cn w 0 w Q 0 r4d;p"rm' CITY OF FAYETTEVILLE ARKANSAS W Q z0 0� 0 z I- � W Q 0� �J —jOQ �0-w mQ ~Qw F— QW LU QwQ — 0 LL LL LL Qz F Q ELECTRICAL DETAILS VII JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: JRP BAR IS ONE INCH ON ORIGINAL DRAWING 0 1.. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER E-307 a� LL J SHEET 67 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C N d co O mco J O 0) N O 04 z (o U_ m m wp I _o LL Q � U �I co co LLU) wo U)0- O U � O L C) O cU E LU a� Q (n U) c o 311. (o \~ U LL Co vi a� N I= ,It co O m o� ,o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 rn c) N N co c7 Lo N ~ cy) O� O N O � �`? ~ Ln CD u') O CV i T- O N N L6 Ln O Ln �� O O m O N O T- W LL N m N N i J LL CN M C? i W LL W� W O �i W 0 Lo N > w J LL J WO LLIQ WO ILL j LL JLL JLLJW w 0 w O W O 8860 0 .50% 1.50% /0 2.50% 00% 00 I O N T O Lr) Lo N d7 co 1270.00 1265.00 1260.00 1255.00 1250.00 -240 -210 -180 -150 -120 -90 -60 w v -30 0 30 TW B PROP - NORTH STA: 102+50.00 0.74% ------ / 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 102+00.00 .c Mc 120 120 150 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS Lu QN 0. z0 0 Z �-- 1-- W OF- �J -jOQ 0- WLLJ m Q LQL w H Q W Lu Lu 0 QwQ LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 1 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TW B-XS 1 SHEET 68 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O +}0 NFL C N d co O mco J O 0) N O 04 z (o U m W �I o Q U �I m co I— U LLU) Lu o U)0- O U � O L I) O cU E LU a� Q m 07 co o 311. (Q \~ U LL co vi a� N I= ,It co O m o� ,o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 —270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 N Ln N 114- N� � �p C4 CD NO Lo CD NO � N O N N O Ln m O Lo N O 0o O 04 N N W u- � N> � > Lo �co WWLL WO W w0 w0W W uJu- _j— w0 W 0 �- '— fr—\_ $4/ ° .50% 1.50% 2.50% /o 00% .00 i 0 rn O Lo N O co w LL 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 —270 —240 —210 —180 —150 —120 —90 —60 —30 0 30 TW B PROP — NORTH STA: 103+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 00 LO � O 00 M � Lo Ln d� 0~0 N N O O M Ln O Lo L N O N N oo Lo >� Lo0No� �N O LLo NCD Lfj W N �,,j � > > W w0 Ju- ULU N WO Lu JLL W >�W� WO WO WO WOWO r 6 �.50% 1.50% �X 2.50% 3.0 0% �0% , N ti Z O Lo Lo N O M W LL LL J —240 —210 —180 —150 —120 —90 —60 i —30 0 30 TW B PROP — NORTH STA: 103+00.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 7 1-- ' OF- �J -jOQ W m Q F Q W I— Q Lu LuLLJ <W 0 LL LL LL Qz F— Q TAXIWAY B NORTH CROSS SECTION 2 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS2 SHEET 69 NUMBER m C N E O O U O O Q � IL N C . O LL m[L 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O +}0 NFL C N LL co O Cn It mco J O 0) N �o 04 z (o U m Lut6 I _o Q� U I� m �co LLU) Lu o U)0- O U � O L C) O cU EW a� Q (n U) � _o 311. (Q \~ U LL Co vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 —270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 M Lo N co ~ ~ 00 O Ln CDLo O N Itt 04 CDLu Lo C D N O co Lo CD O Lo � CNI J LL N CV In N > Lu O T- �) Lu Ln i N L%LI ILLW� > > J LL J LL J LLI WQ WO WO LL W LL _j ILL J � WOWO WO 50% 1.50% 2.50% I r` Lo N O Lo N (A co Lu ILL -i W O 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 —270 —240 —210 —180 —150 —120 —90 —60 —30 0 30 TW B PROP — NORTH STA: 104+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 C0 Ch N 00 N � C14N(o co Ict co Lo g co O N O N O CN Ln N O N N LO Lo O CDDLo WLL NLo N 0 N LLJO ILL�It W W WILL >N W11 J Lu O LLI O LuO LL _j ILL J LL J LL WOWO W O � r r .69% .50% 1.50% 2.50% 3 00 0 000/0 I --_ N M N O Lo N (}� M Lu IL ILL -i W O —240 —210 —180 —150 —120 —90 —60 —30 0 30 TW B PROP — NORTH STA: 104+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 Z �-- 1-- W OF- �J -jOQ W m Q F Q > Lu J Q Q Lu L �JW wQ XD LL LL LL < z F Q TAXIWAY B NORTH CROSS SECTION 3 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1.. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS3 SHEET 70 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C N d co O mco J O 0) N O 04 z (o U m Lu C6 �I o Q d U I� m �co LLU) wo U)0- O U � O L C) O cU EW a� Q m (A c -6 311. (Q \~ U LL Co 0_ vi a� N I= ,It co O m o� ,o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 0 0 �0 o ;I- 0 ti � N N M 00 co co Cfl Lo 00 Lo 0 N O co Lo 00 N LO O W W N 6 � N � � � Lo > LL W� u iN WO co wW U- i J LL J LL J W LL W u W O W O W O W O J � w0 77 o y OO �o 1.22% 1.22% 2.50% / 9J 0% I co 0 N 0 Lo 00 N Lo i >w LL w 0 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 105+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 ti o Lo co_ Doq Lo N 00 co � I ~ 0 co Lo Lc')O NO clo W LL Lo M Lo C L6 Ln 0 N J W N Ncq 6 N � > WO ��..�? W� W� � Lo iN IIIW J WO U-wWO WO LL JLL LLJLL w0wO w0 9 19XO .50% 1.50% 2.50% 0 00°�0 0o 0.13% Lid r` N C) Lo Lq N (3) co >w LL W 0 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 105+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 Z �-- 1-- W OF- �J -jOQ w % W �y Lu ~QW QW LuLu 0 <W LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 4 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS4 SHEET 71 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C N d co O mco J O 0) N o 04 z (o cD Lu 0 ` �I o Q U �I m co LLU) wo U)0- O U � O L C) O cU E LU a� Q (n U) c o 311. (Q \~ U LL Co vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 —270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 O N N Lo OO CM M� O O� M N T ( M O u') 0 O M Lo �Lj LnO �O �� �0 NO 0 L' i W w W N J LLLl1 N M L W WOWp �JLL w0 > JW LL 'I LLUd: ww0 W O W O W O J LL �— W O �— 2 ° 1.50% —' � .50% 7QO DOo�o ° .00/o I I rn � C'j o Lo Lo N 6 � M W -j ILL w O 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 —270 —240 —210 —180 —150 —120 —90 —60 —30 0 30 TW B PROP — NORTH STA: 106+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 o Lo °o T7 Q0 - Lo di LC) O It O L 04 Lr) O M 00 Lfi � O 04 O Lu Lu LL Luu- Lo N w 0 w 0 w 0 w� wO 0 0.21 % 50% I —240 —210 —180 —150 —120 —90 —60 —30 0 30 TW B PROP — NORTH STA: 106+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS Lu QN 0. z0 0 Z �-- 1-- W OF- �J -jOQ w % W �y Lu F Q > w Q Lu LuLu <W 0 LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 5 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS5 SHEET 72 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C N d co O mco J O 0) N O 04 z (o CD Lu 0 C I _o Q� U I� m co LLU) wo U)0- O U � O L C) O cU E LU a) Q (n U) co O 311. (Q \~ U LL Co vi a) N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 _ M M O M Lq_ N O ~ OO O � Lo N CEO co O N N L6 � op Lp O Ln O O L(� O N 00 N N_ �' N ' i.. � LL L(� LL�~ W O cV J LL J U-J WW WO WO w0 � W -jLL w O w 0 W .50% 1.50% 2. o 0 O M 0- Lo Ln N O Cv) i W J 0 W 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 107+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 L0 00 CM Lam() M Lo N Ln 't O � O Lo O U-) O N O coco O Lo CD Ln co Lo O L6CD co 0 N i O L6 00 � w 0 Lo 0')W� Lu J LL w 0 Lu N LL �°' JLL WO w0 _j w0 ILL w O -- —� W LL �— — J p .50% 1.50% ° 00°�° 3.00% VO O N sF CM O L0 Lo N O � M i > L:L w LL J W O -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 107+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 7 1-- ' OF- �J -jOQ w % W �y Lu F Q > W Q Lu Lu Lu QwQ 0 LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 6 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS6 SHEET 73 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C N d co O U7 It m 00 J O 0) N o 04 z (o U m Lu m �I o d U �I m co LLU) wo U)0- O U � O L C) O cU E W N Q m U7 c� 3: 11. (Q \~ U LL Co vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 N � O co 00 Lo 000 LC\lLo00 � o0 O � CD(0 coO N O N L6 T O u) Lo CDO N J LL N LJ LL W W LL J W N LL W LL W O 1> J i W� w0 WO WO JLL WO LU LUw0 LL w O-- ~ .50% 1.50% — 80% 2.5Dy 3000 co C'i o Lo U? N O M i w LL w O 1270.00 1265.00 1260.00 1255.00 1250.00 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 108+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 Lo O7 't m 0 Lq m N ap O It O Lo r( co O N CD Lo04 Lf7 CD O Lo O Lo CDLo N Lo 04 , > J O M W N O Ln N LL N LL Lu w W O It w J LL w LL w W O w 0 0 W LL ' J LL w L W O W O w O .50% 1.50% ''s 2.5 o OQ(1/0 .00% 0 00 W M O Lo L? N m co i > w LL w O w 1245.00 —11 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 108+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 11 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U7 LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS Lu QN 0. z0 0 Z � W~ W 0~ -_OQ % 0- W MoMm W Lu F— > Lu Q L u W L~LI 0 QwQ LL LL LL Qz F— Q TAXIWAY B NORTH CROSS SECTION 7 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS7 SHEET 74 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C N d co O m co J O 0) N �o 04 z (o CD Lu C6 0 �I o U �I 0o co LLU) wo U)0- O U � O L I) O cU E LU a� Q m ) c o 311. (Q \~ U LL Co vi a) N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 —270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 Lo N 00 r O V) M ti O It O Lo C\lCOLo C Lo 0 O 04 O O M M O N Lo � Lo O Lo O Lo O N O i N cy) Lri N W u- M W % i Lo N /Z --- WO wLwW w0 w0 w0 -jLL J JLLJW w0w0 w0 5.63% .50% 1.50% 2.500 ~ / 000�0 1.890 .09% I � M CO Lo ti M lidLoN O Mcq M O M i > wILL > LL w ILL w O J 0 w 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 —270 —240 —210 —180 —150 —120 —90 —60 —30 0 30 TW B PROP — NORTH STA: 109+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 O O� N Lo � u') co co N 00Lo O N O co O N N Lf� r O N O O i Lf� Lf� N u- M w u- O � > Lo J w LL J w0 w� w0 w00 w0 u- Jw LL w 0 w 0 18% 0 0 004 .50% 1.50% o 2.5 0 3-00�05' I O co � O LM It � M N W w u- w O w O —240 —210 —180 —150 —120 —90 —60 —30 0 30 TW B PROP — NORTH STA: 109+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O U U) LLI I] I I VA CITY OF FAYETTEVILLE ARKANSAS Lu QN 0. z0 0 Z �-- L1 ~ W 0 ~ -_OQ % 0- W MoMm W LLJ ~ Q W Q Lu Lu w QwQ 0 LL LL LL. Qz F Q TAXIWAY B NORTH CROSS SECTION 8 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS8 SHEET 75 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O C N � d c m co J O 0) N O 04 z (o CD Lu C6 0 �I o Q d U �I m co LL U) UJ — 0' O U) 0- O U � O L I) O cU E LU a� Q m ) co O 311. (Q \~ U LL co vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 rn o c� o Lo Lo 6 Lo N N O N N coN LoOJ LL Lo � N0 M OJILL coN WO WO N L6 � 0 NO o�o co W > W T- L6 N co LL N W O W _j J ILLw W LL L J O LL w IL O ILL LL 0 Ljj w 0 J ILL _ � �- WO 1.12% 1.12% 2.50% —� 1 i 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 110+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 o0 0 ti N O ti d� Cfl cM 040 Lo (NM I cM cV > N M O > O O M coM _ O w i L LI LL J W Lo It Lo ti 0 0 It Lo O LoILL 0 O W O > LJJ LL W Lf� O N � L6 N CD Lo O IL W O W ILLo N T- M > N> > w O �ILL N N a; W O LL LILI W O L u LL J W LL w O o LLI O J w IL 0 LJJ J LL LL W O W O / 0 00% 50% 1.50% ° .60 /0 I 46 ti Ln �rj N Ln � N > w IL J O W -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 110+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O U U) LLI I] I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 Z � W~ Lu Q 0~ 3:m —jOQ 5;0-LL ma LLJ ~Qw QW Lu Lu 0 QwQ LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 9 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS9 SHEET 76 NUMBER m C N E U) O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 0 Q ti o� CV N 00 In O L N O O NFL C ai d c mco J O 0) N o 04 z (o CD Lu `6 0 I _o Q� U �I m co LLU) Lu O U)0- O U � O L C) O cU E LU a� Q (n U) c o 311. (Q \~ U LL Co I vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 co N O co O 04 W W Co O co O co co � � CD N co 00 't CD co O CD m co W O Lo 0 L6C\l T-� N O Ln co N W LL Lu w LL J LL J LL w WO WO 0 W LL LuLL LLoo JLL WO WO WO 0 N O ppo/o .50% 1.50% -- 1.94% 3.16 % � 000 J 3 000 o LuO 6 wlo ~ M O Lf) Ln N O M 1 > LL W LL 0 W 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 111 +50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 O N �•r•� ti Lo Lo 00 N p N 1 co J LL 0-)Lo L Cfl W O Lo co O N Lo O Lo O N O cy) M 't O M > N O CDN N. L6 Lo N ti I WLo wILL w LL J u- Lu O ILL W _j ILL W O W O LL w 0 w0 2 65% 2.41 % 2.82% I -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 111 +00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 Z � Lu Q 0� �J �OQ w % W �y Lu FQw Lu QW �JW LL XD LLQ LL LL Z FQ TAXIWAY B NORTH CROSS SECTION 10 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TW B-XS 10 SHEET 77 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O +}0 NFL C N d c mco J O 0) N o 04 z (o CD Lu m I _o LL Q � U I� co co LLU) wo U)0- O U � O L C) O cU E LU a� Q (n U) c� 3: 11. (Q \~ U LL Co 0_ vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 lip U-) Ln m N � O cM O WOM u- O LAC) O B MO NLo O C\l �O O NO O J U- Ln O T- C'4 O M rn W W J u J wLLLL Wp Wp LL W LL L(o WO NCo WO WO Lo — i \� J 0/0.50% 1.50% o 70 0 0 /0 000XO %6o�a 2� N co O Lo M N O co >u- W LL W p 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 112+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 co Lo N co Lo N co I Lo w LL J LL N LM00 LoO NO M O N N Lo Lo O Ln � � co LoO O N O O Lo p Lo cV � i M W LL w u J W W W LL W p W ILL W p W N LL ILL O O J LL O Loco WO O N w o o/o .50% 1.50% /0 00 o 00i W O 3.00 o �2• O c,i O Lo Lq N m co u- W LL w O -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 112+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 Z �-- 1-- W OF- �J -jOQ 0- LLLLJ m Q F Q > W Q Lu LuLu 0 <W LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 11 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS11 SHEET 78 NUMBER � U � Q > LL mr) U) o J d o� N O 00 N 73 O L N O O Na CO � N � co 00 cn o �00 J O N o z <fl C� LU 0 0I o LL d U I� �co U LL c/) W U) � U � O L O �U E LU a� Q coU) 0 � o �a 57<d ~ U LL ca 0_ vi N E O m ti ti_0 N i O J CL a) c) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 r` Ln cy) 00 co 00 00 (m 00 "t O L0 CD � O 04 Lo O L0 O � WLL L0 O Lo ' �Lo mac? WLL >N w0 >N W� �N i wLL JLL JLL W� Ln 0 W J w0 w 0 J LL N� JLL w 0 WO w 0 50% 1.50% 1.50% �p = w 0 0 00% • Op% 3.00 /o I I ° 32° 10N ti M O � Ln N O co W LL J W O 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 113+50.00 .1 •o 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 d7 co L6 Lo co coO N WM ' CIO Lo 'tO O N Lo O O Lfi IttO NLo � LoO 04 O �O N CD W LL O N , M ' U J N LL �' W O W J LL � W Ln N N00 JLL Lu0 w0 w0 w0 �— ~ W 0 Lu J u- �� 00% .50% 1.50% 1.50% >-3.00% C'i O Ln "? N O co w LL J W O -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 113+00.00 • E 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a ry U u1 0 n r i I CITY OF FAYETTEVILLE ARKANSAS W QN 0. ?O 0 Z� �— W O F_ JQ� 0� Q �:J J_ co > 0- L m Q LLJ F— QW H QLLI U Q _ 0 wQ LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 12 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP D RAW N BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 ill IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TW 6-XS 12 SHEET 79 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C N d c m co J O 0) N o 04 z (o U m Lu m 0 �I o Q U �I 0o co LLU) wo U)0- O U � O L I) O cU E LU a� Q m (A c o 311. (o \~ U LL Co vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 Lo co fo I-- O) Nt N N ao CD00 O N � O Lo 0 Lo Lr) O N L0 0 N � `� CDO L� N Lu N Lo J LL 0') Ln N LuO N M > > W LL Lo N L1) 't ' W LL w W J � Lo Lu w 0 w LL Lu 0 _j Lu LL ILL 0 -i O j wLu u- w 0 0 00°10 .50% 1.50% 1.50% ` i 3.00 /° I 600lo co O Lq N m co W LL J LuO 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 114+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 Q0 Lo Lo r- ti N O ti N O 0o C0 Lo 6 ' 0 �O N Lo Lc,O LoO CD N LO f O N O W CD LO J LL N O T- L6 W > > LN N > w J LL J LL W w0 w0 _j ILL �Lo JLL w0 w0 ' w0 w ,— ypa\ w 0 -- 00% .50% 1.50% 1.50% �501 3.00% I CD V J Lo N 6 cM > w J LL w0 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 114+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) LLI I] I I VA CITY OF FAYETTEVILLE ARKANSAS Lu QN 0. z0 0 Z �-- LLI ~ W 0 ~ �m �OQ 0- WLu m Q F Q W Q Lu Lu w QwQ 0 LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 13 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TW B-XS 13 SHEET 80 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O +}0 NFL C N d c mco J 0 0) N O 04 z (o cD Lu m 0 I _o Q� U �I m co LLU) wo U)0- O U � O L I) O cU E W N Q (n U) c o 311. (Q \~ U LL co vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 00 Lo M CO -I-_ N N Lo co Lf) O Lo O Lo N L0 O LN O 0') It O N N Ln O Lo O Lo O N CD N L6 NLo 00 , W LL N M U- W LL W W J W O Lo W LL J LL J U- W WO WO W LL O J LL WO W� JLL LL W O W O 10 o ° .50% 1.50% 0 OQ l 1.50% 0 = % I 3.gg% -------------- 00 O Lo Lq N m co LL W LL J W O 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 115+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 Lo 00 co L6 N O O N L6 00 O Lo co � LO O Ln O Lo N U) O Lo O N N O N N Lo Lo O LoO CD N CD clei N O N Lo O W LL LLI u- O Lo J N LL J WO Lu LU WO WO LL L u WO LL LL �Lr' JLL_ W W O W O 10 0 .50% 1.50% 0 /0 1.50% on 0 3.00% I 5 g$°/° N M 4 C^) Lo L, J N O rM > W LL J W O -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 115+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O U U) LLI I] I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 Z �-- 1-- W OF- �J -jOQ 0- WLu m Q F Q w Q Lu Lu Lu 0 QwQ LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 14 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1.. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TW B-XS 14 SHEET 81 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O +16O NFL C N d c m co J O 0) N o 04 z (o cD m wp I _o Q� U �I m co LLU) wo U)0- O U � O L C) O cU E LU a) Q (n U) c o 311. (o \~ U LL co vi a) N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 00 M o0 OLo T7 N cy) O 7 L6 Lo N Lo 00 LLo O N O Lo O Lo LLo Lo O Ln Lo00 Lo i NO �`� �N i >Lu LU u- i M W W J LL �N u- W J LL J O J LL J U- w 0 W O W LL O w 0 W Q W O r0 .50% 1.50% 00 00 1.50% �00 I I � ti M 4 O Lo lt7 N d7 C'') >LL W LL J W Q 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 116+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 Lo co N Lo Lo U7 N Lo LO cq co N m Lo Lo CIOLo0 LO cq LoO Lo Lo O O N Lo 0 = cq O N CD O T- L6 w J u- c) M N ' Lo i w J u- J LL N u- W W ILL W O W LL W LL W O W O W O _j W O wO WO �— ° 50 /0 1.50% �° 1.50% 00 3 o10 pp O Lo Lo N a7 co > W LL i W Q -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 116+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 7 W~ ' 0~ :_OQ % 0-w Mom W Lu L.1_ F Q W Q w Lu Lu QwQ 0 QZ IL IL LL F Q TAXIWAY B NORTH CROSS SECTION 15 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TW B-XS 15 SHEET 82 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C N d c mco J O 0) N �o 04 z (o CD Lu C6 0 I _o Q� U �I m co LLU) LL o U)0- O U � o L C) O cU E W N Q (n U) c o 311. (o \~ U LL co vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 ti r` Lo M ti N Lo r Lo M 6 ti 00 Lo O N O Lo O CO t O N O 04 IN O O O N O i M� r L LuW n N N LO N O r Lo N J LL N r M i W wQ r j W� JLL W U- W LL i W� O W O LU J WO W O WO \ 7� 1.50% 1.50% o 3.0 0 .00% 3.g0% r r L() u ) r N W r M M ' LL. Lu ILL J ILL LL O WO 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 117+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 N Lo ti cor- O O LLo N � Lo O co O Lo 60 '4O Lo O N O O Lo04 r r(9 'cl 0o Lo 0 r r N O r Lo N Lu u r r r coi Lu w i W Q> W 11 LL W LU WQ Q J IL WO wO w O r °�° 1.50% 1.50% $ 0% 3.0ol 0o l 1.70% r ti r` N ti LLLo Lo N Oj N rCN r co L J w O Lu -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 117+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 Z �-- 1-- W OF- �J -jOQ w % W 0y Lu F Q W Q Lu LuLu Qw< 0 LL LL LL Qz F— Q TAXIWAY B NORTH CROSS SECTION 16 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TW 6-XS 16 SHEET 83 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C ai d c mco J O 0) N O 04 z (o U m Lut6 �I o d Q U �I m co LLU) wo U)0- O U � O L C) 0 cU E W N Q (n U) c -6 311. (Q \~ U LL Co vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 L17 0 N 6j ti Lo I` O W LL Lo L6 co Iq J LL O 'Lo t O Lo O Co � O N O C14 O O CD't� 0)W O N Lo CO O � CN N M co 04 6 1 � Lo o p Lo I- N N 00 (V O W W J LoW LLW O LuO J LL LL W U- W O W LL W LuO J LL W O U J LL �-- S0O\W O �— 1.50% 0% —� 1.50% 0 00 a 11°I° rn co CD Ln Ln N co i W LL J WO 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 118+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 CO M ~ L6 ~ N o Lo Lo W LL M cq CD O N O O O Lo O 04 L6 N �1.6LL Lfi LuO co o > Lu iLoUj LL Lu L JLL WO WO WO JLL w O W O — 7 �W O �— 0/01.50% 0 1.50% 5.0 ° 3.000/o O Lo L0 N 6 M >� W J LL WO -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 118+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 Z �-- 1-- Lu Q OF- �J -jOQ W m Q F Q w Q Lu LuLLJ 0 <W LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 17 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TW B-XS 17 SHEET 84 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C N d c m co J O 0) N �o 04 z (o CD Lu m �I O Q� U �I m co LLU) wo U)0- O U � O L C) O cU E W N Q m (A c� 3: 11. (Q \~ U LL Co vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 co Ln Cfl � N N CA O Lo OR a) � � W u-� O C'7 u*)M J LL N w0 M Lo0 �� >� N 0 04 0 I� N 0-)CM i W U-)00' W W J LL i M u- WL L N Cfl N� N 00 w J W W �� JuL WO O J u- wp 00 W O I -�! u- S w O 1.50% 1.50% LL w0 00 0 3.00% 0 0 3 p _�Q Lo ti O Lo Lo N O M w ILLW IL J W 0 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 119+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 c3 co co Lo N I` CA CA Lo CV Lo J U- M O N O N w0 XT Ln0 �O C) LLo �� 00 N �� LN It00 i N W LL i N co N N W W J UL w0 w0 u-LuLL w0 00 �co J W W w 0 r 7`S00 Lu y w 0 ° ° 1.50% 1.50% �— 0 3.00 /0 00 .00% jt°j° co 00 M O m N Cyj co i > w LL J w 0 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 119+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS Lu QN 0. z0 c) Z �-- Lu W F- �J -jOQ w % W 0y LLJ FQ> W QLu LuLLJ W 0 GI Q LL L.L LL_ Q Q TAXIWAY B NORTH CROSS SECTION 18 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TW B-XS 18 SHEET �� NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C ai d c m co J O 0) N O 04 z (o CD Lu 0 C �I o U �I co co LLU) wo U)0- O U � O L C) O cU Ew a� Q m ) co o 311. (Q \~ U LL Co vi a� N I= ,It co O m o� ,o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 co 0 N 00 N M O Ln m 00 co p Lo N p � f� 00 r— i M CV O N N i J Ln Ln Ln M W 0 � N � N CD w 0 Lo > w J N� i JW WO w0 u- w� � ti JLL i I` wu- WO �— w WO _jLL W O W W O_ T�w O �� 00% 1.50 0 .50° .000 � g 0 o/ 3.00 o � 4i 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 120+50.00 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 M O Li6 00 j N Oti p M � I� 1� O Lr) Ln O N W W O N In T O p O (Is L N 00 Ln w O N N i Ln LN C) > W LL w L L O LL N N Lo 00 N_ LL W O w w0 0 W J LL w0 CO w� >� II LL 7 'ff 1.50% 500A J LL w 0 DO 3 00% 0 4 OQ hlb '. ^ L ) M O Ln LI? N W M > w LL 0 w -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 120+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS Lu QN 0. z0 c) Z � Lu Lu Q -_OQ % 0- LLu MoMm W F Q W Q Lu Lu w <W 0 LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 19 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TW B-XS 19 SHEET 86 NUMBER m C N E O O U O O Q � IL N C . O LL mCL 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N o _O C ai d c� Cn It in 4 J co O 0) N O 04 z (o cD �m wp �I o Q U �I m co LLU) W U).0 O U � O L C) O cU E LU N Q (n U) c o 311. (Q \~ U LL Co vi a� N I= ,It co O m o� o J Q a) U) LL J 1265.00 1260.00 1255.00 1250.00 1245.00 1240.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 ti 0 o M rn LN O N N O N 00 N ti L N r N > w O L O N 00 Lo W _j W ILL O ILL W LL W N� w O -j WOJW WO > d' -- -_ w WO 1.50% 1.50% w 0 300/° 00 o 5.0 0% r` 0 o LC) o N Lo > w LL J O W 1265.00 1260.00 1255.00 1250.00 1245.00 1240.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 121 +50.00 .c 120 150 1265.00 1260.00 1255.00 1250.00 1245.00 1240.00 180 ti CA CO N ~ N C15 Lo Cfl 0000 cN o N o � CV O NLo N LC� c ). cM W JLL LL CV Lo �ILL j0 W.O wLL _j ILL J w 0 W _j ILL w O �- 0001.50% 1.500 ° ° 3.0 / 0 /o 0 2.0 /o 00 N N N Lo Lo 00 Lo w LL N co w O W J LL w O -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 121 +00.00 Mc 120 150 1265.00 1260.00 1255.00 1250.00 1245.00 1240.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W Q z0 Z L1 ~ 0 ~ 3:m -jOQ > ILL w mQ ~Qw QW Lu Lu QwQ 0 LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 20 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS20 SHEET 87 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 0 Q ti o� CV N 00 O O L N O O NFL C N d cn CN mco J O 0) N �o 04 z (o cD m wp �I o d Q U �I m co LLU) wo U)0- O U � o L C) O cU E LU N Q m cn c o 311. (Q \~ U LL Co vi a� N I= ,It co O m o� o J Q a) U) LL J 1265.00 1260.00 1255.00 1250.00 1245.00 1240.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 ~ Lo 00 rn 00 �Lo Ln ti N N O N O �rn N N N oo � 00 � CV � � T T- N co co N co ti W LL J W u-W� O W W� O W O wu- w 0 J u- wO �— 1.62% 0.65% 0.65% 3.00% _____----- ----------- Ltd ti Lt) 00 N (�j i LL W LL J 0 W 1265.00 1260.00 1255.00 1250.00 1245.00 1240.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 122+50.00 .c 120 150 1265.00 1260.00 1255.00 1250.00 1245.00 1240.00 180 00 O O N Lo O N O ti Lo N- O O N i O c00 LoCO co N_ co Lo O cc)O J� W O _J LL i `o Li O W W ILL J LL WO w O �— 1.50% 1.50% —� 3 00% 3.00% Oo% 5 � — o O Lo O N Ln 11 W LL J LuO -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 122+00.00 Mc 120 150 1265.00 1260.00 1255.00 1250.00 1245.00 1240.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 z 1-- Lu Q OF- �J -jOQ -j % W � y F Q W Q Lu LuLLJ <W 0 LL LL LL Qz F- Q TAXIWAY B NORTH CROSS SECTION 21 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS21 SHEET 88 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N O _O NFL C N d co N mco J O 0) N O 04 z (o U_ m m wp �I o d U �I m co LLU) wo U)0- O U � O L C) O cU E LU Q a� (n U) c o 311. (o \~ U LL co vi a� N I= ,It co O m o� o J Q a) U) LL J 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 00 ON M O 00 N O N cq N O O O co U-J J U-J W O W O W 0 0.87% 0.2 % 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 -270 -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 123+05.53 .c 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 � N � ti Lo O N O ti N M N L6 � N O O 00 > � > W W J W J LL w 0 W O W O 0.96% 0.2 % -240 -210 -180 -150 -120 -90 -60 -30 0 30 TW B PROP - NORTH STA: 123+00.00 Mc 120 150 1270.00 1265.00 1260.00 1255.00 1250.00 1245.00 180 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W QN 0. z0 0 Z �-- 1-- W OF- �J -jOQ W m Q F Q w H Q Lu Lu Lu 0 QwQ LL LL LL Qz F Q TAXIWAY B NORTH CROSS SECTION 22 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS22 SHEET 89 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti o� CV N 00 O O L N +�O O _O C N d cn CN m co J O 0) N O 04 z (o U m Lu `6 0 I _o Q� U �I m co LLU) W — 0' _O U) d O U � O L C) O cU Ew a� Q m cn c o 311. (Q \~ U LL Co vi a� N I= ,It co O m o� o J Q a) U) LL J 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 -180 M o M O O N m � ~ O 000 M co N O ti N O O M Lo CN 0 _ N O � i O � O N M � > N W ILL N co ti J LL W O W O W O J ILL�� wO W ILL w O o 00% 1.38% 1.38% 2.42% 3.00 /o 3.00% 0 O co M N L6 i - > W LL J O w 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 -180 -150 -120 -90 -60 -30 0 30 TW B SOUTH EXISTING CENTERLINE STA: 201 +50.00 .c We 120 150 :m 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 210 ~ 00 _ N co cofD Cfl N N N Lo N cof� N N Ojco ' N j MO co N O LL J LL L U- LL LU O W O J LL J U- W �rn wO w O 00% 1.33% 1.33% 2.53 % 5 3 00% �— ----------- ---- ___-------- 3.00 Ln - _ O N --� \cq M > W LL J O w V -150 -120 -90 -60 -30 0 30 TW B SOUTH EXISTING CENTERLINE STA: 201 +00.00 Mc We 120 150 Im 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 210 0 10' 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS W Q z0 0 z W~ Lu Q 0~ 3:m —jOQ >0-�/W mQ Lu LL I—Q> Lu QLu Lu Lu QwQ 0 LL LL LL Qz F Q TAXIWAY B SOUTH CROSS SECTION 1 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1.. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS23 SHEET 9 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti 0 N N 00 O L N O _O C d cn CN mco J O 0) N o 04 z (o cD Lu m 0 �I o Q U �I 0o co LLU) W — 0' O U)0- O U � O L C) O cU E LU a� Q m cn c o 311. (o \~ U LL co vi a� N I= ,It co O m o- J Q a) U) LL J 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 -180 N (o N 00 co ~ N N N M N m N p M N O O M N � co CD t 04 00 W W w LL 0 J LL w 0 W w W� 0 J ILL ILL cV � w 0 O M o wLL r rI--.- w O -jrn O �� 1.46% 1.46% 1.54% 1.54% \_ �� 5.000 J U 010 0 N O M r"-, \ N M Lo W LL J CT- Lu 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 -180 -150 -120 -90 -60 -30 0 30 TW B SOUTH EXISTING CENTERLINE STA: 202+50.00 .c We 120 150 :m 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 210 M N (o M co 't O M O N O ~ O M O O ti c6 a0 N C6 N M co M= 00 N i 0� coN �' W LL J J LL w W O J LL W O w 0 w 0 o > J u- w 0 w O �� 1.65% 1.65% 2.13% 00% 3.00°/ t 3 00% c6 M O c6 M N N w u- J 0 W -150 -120 -90 -60 -30 0 30 TW B SOUTH EXISTING CENTERLINE STA: 202+00.00 Mc We 120 150 Im 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 210 0 10' 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS Lu Q z0 0 z 1-- Lu Q OF- �J -jOQ >�W mQ FQ> w Qw W�w <W 0 LL LL LL Qz F— Q TAXIWAY B SOUTH CROSS SECTION 2 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1„ IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS24 SHEET NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti 0 N N 00 O L N o _6 +�O C N d cn CN mco J O 0) N �o 04 z (o cD Lu `6 0 �I o d U �I m co LLU) wo U)0- O U � O L C) O cU Ew a� Q (n U) c o 311. (o \~ U LL co vi a� N I= ,It co O m o� ,o J Q a) U) LL J 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 -180 oco coo M N co It N r` N CD O coco~ N co N CO N M J M N LL J LL i J 000 LL J N L� W J M IL ILL u') N O 06 0 W O w 0 w O 00 WJ w ' 0 0.74% 0.76% 0.76% w LL —� w 0 00 cq co O 00 3.00% .74% 3. 00 % N co --- _____--- I > IL —W wO 00 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 -180 -150 -120 -90 -60 -30 0 30 TW B SOUTH EXISTING CENTERLINE STA: 203+50.00 .c We 120 150 :m 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 210 Lo NLo co N O ti O coN I- M M ti ~ CM (o N CD (7 Cfl M N O Nco � (DU-) N N i 0 N N 'W LL > Lo N J N djw_I ti IL W ILL �� � J IL wD w0 w0 w0 w0 wLL 6, > J L - J LL �_ �— —� _ W O M co O w O 2.02% 2.02% 1.15% 1.15% —� N Lo 5 0 ° •00% I w IL -:- J IL wO 0 CO M M N N I� C0 > LL w LL J 0 W -150 -120 -90 -60 -30 0 30 TW B SOUTH EXISTING CENTERLINE STA: 203+00.00 Mc We 120 150 Im 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 210 0 10' 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O o_ U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS LLI Q z0 Lu w �m —jOQ >0-w mQ LLJ F Q W Q w W L~LI QwQ 0 QZ IL IL LL. F— Q TAXIWAY B SOUTH CROSS SECTION 3 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1.. IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS25 SHEET 92 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti 0 N N 00 O L N O _O C d cn CN mco J O 0) N �o 04 z (o cD Lu `6 0 I _o Q� U �I m co LLU) W U).0 O U � O L C) 0 cU E LU a� Q (n U) c o 311. (Q \~ U LL co vi a� N I= ,It co O m o� ,o J Q a) U) LL J 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 -180 M co O Cfl CD O I� co f` N I- O N O co Lo N ti i CN M W O N LL W� O N p L0 > W Lu JLL J WO LL J LL WO L r- N Mti -i LL W O Lu 0 � WILL ILLO CN C O r 1,69% 0.01 % �- w Lu J 00% 3. 00 % w O \ 5.00 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 -180 -150 -120 -90 -60 -30 0 30 TW B SOUTH EXISTING CENTERLINE STA: 204+50.00 .c We 120 150 :m 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 210 ti co00co N N CDN 00 N 00 M coM N CD CDCN M i 0 N N O CIO 00 L6 O co' C\lN W LL uJ LL wLL J� w0 Lu LLIO N 00 > > c 0o Lu�_ w O wL Lu Mc) NN Lu O ° 2.18% 0.09% 0.09% �- 2.18o 3.00% Lu J� 5.00 % Lo cy)O M - N co > w LL O w -150 -120 -90 -60 -30 0 30 TW B SOUTH EXISTING CENTERLINE STA: 204+00.00 Mc We 120 150 Im 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 210 0 10, 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) LLI r) I I VA CITY OF FAYETTEVILLE ARKANSAS Lu Q z0 0 Z 1-- Lu Q OF- �J -jOQ >�W mQ I- Q > Lu Q Lu Lu Lu QwQ 0 QZ LL LL LL F Q TAXIWAY B SOUTH CROSS SECTION 4 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS26 SHEET 93 NUMBER m C N E O O U O O Q � IL N C . O LL md 0 cnQ �U J O 7 Q ti 0 N N 00 O L N O _O C ai d cn CN m co J O 0) N O 04 z (o U m �m wp I _o Q� U �I m co LLU) Lu � U)0- O U � O L C) O cU E LU a� Q (n U) c o 311. (Q \~ U LL Co vi a� N I= ,It co O m o� ,o J Q a) U) LL J 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 -180 00 o M Lo N CM LO CN co N co Lo O N Lo N � C M O N Lu w u- w Lj� w0 w0 0.1 % 0.17% 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 -180 -150 -120 -90 -60 -30 0 30 TW B SOUTH EXISTING CENTERLINE STA: 205+29.72 .c We 120 150 :m 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 210 tico co ti m MO NO co N N L0 T O � O N J LL J LL J LL w 0 w 0 C. f- -i 54% 0.12% -150 -120 -90 -60 -30 0 30 TW B SOUTH EXISTING CENTERLINE STA: 205+00.00 Mc We 120 150 Im 1250.00 1245.00 1240.00 1235.00 1230.00 1225.00 210 0 10' 20' 40' 60' (IN FEET) VERTICAL EXAGGERATION = 5 © 2017 GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. z O a U U) Lu r) I I VA CITY OF FAYETTEVILLE ARKANSAS Lu QN 0. z0 � w~ w 0~ 3:m —jOQ 5;0-LL ma LLJ F Q w Q Lu LuLu QwQ 0 LL LL LL Qz F Q TAXIWAY B SOUTH CROSS SECTION 5 JOB NO.: 17041211 DATE: JUNE 2018 DESIGNED BY: BMP DRAWN BY: PAB BAR IS ONE INCH ON ORIGINAL DRAWING 0 1, IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. DRAWING NUMBER TWB-XS27 SHEET 94 NUMBER CITY OF City of Fayetteville, Arkansas FAYETTEVILLE Purchasing Division —Room 306 IV A R K A N S A S Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 18-43, Construction — FYV Taxiway B Widening and Rehabilitation (Rebid) DEADLINE: Tuesday, July 24, 2018 before 2:00 PM, Local Time, Room 306 PRE -BID MEETNG: Tuesday, July 10, 2018 at 10:00 AM, Local Time, FYV Airport Terminal DELIVERY LOCATION: Room 306 — 113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Les McGaugh, Purchasing Agent, 479-575-8220, Lmcgaugh@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Thursday, June 28 and July 5, 2018 INVITATION TO BID Bid 18-43, Construction — FYV Taxiway B Widening Rehabilitation (Rebid) No late bids shall be accepted. Bids shall be submitted in sealed envelopes. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. NOTICE TO ALL BIDDERS: All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at Lmcgaugh@favetteville-ar.gov. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Interested parties are responsible for printing. All bids will be distributed electronically from the City of Fayetteville Purchasing Division. Any use of a third party roll -off container or dumpster shall be procured through the City of Fayetteville Recycling and Trash Collection Division, (479) 575-8398 E-MAILED BID PACKAGE INCLUDES LINKS TO THE FOLLOWING FILES: FILE #1: PROJECT MANUAL: 390 total pages FILE #2: PROJECT DRAWINGS: 94 total pages *Additional files added as addendums are issued. Addendums will be directly e-mailed to all listed plan holders and posted on the City's website. *PLAN HOLDER LISTINGS & ADDENDUMS WILL BE POSTED AT http://bids.fayetteville-ar.gov Bidder shall assume all responsibility for receiving updates and any addenda issued to this project by monitoring http://bids.ciccessfayetteville.org. Failure to acknowledge addenda issued as instructed could result in bid rejection. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 FAYETTEVILLE — DRAKE FIELD (FYV) FAYETTEVILLE, ARKANSAS FYV TAXIWAY B WIDENING AND REHABILITATION City of Fayetteville Bid # 18-43 Garver Project Number 17041211 FAA AI P No. 3-05-0020-046-2018 000001 — CERTIFICATIONS FYV TAXIWAY B WIDENING AND REHABILITATION GARVER PROJECT NO. 17041211 CITY OF FAYETTEVILLE BID # 18-43 1 hereby certify that the applicable portions of this project plans and specifications were prepared by me or under my direct supervision and that I am a duly Licensed Engineer under the laws of the State of Arkansas. SEAL AND SIGNATURE APPLICABLE DIVISION OR PROJECT RESPONSIBILITY Benjamin Perea, P.E. Civil Engineer Project Manager 0014 iATE 11 AR _SAS 1� LICENSED PROFESSIONAL GIN � "' ;No.17181 - IN N 14 . Digitally Signed: June 22, 2018 Jared Parr, P.E. Electrical Engineer 1 AR SAS z LICENSED PROFESSIONAL ENGI R No. 7 1 111'�� -- RE P Digitally Signed: June 22, 2018 FYV Taxiway B Widening and Rehabilitation 000001-1 Garver Project No. 17041211 000001 — CERTIFICATIONS GARVER, LLC CERTIFICATE OF AUTHORIZATION: OF AQl GARVER 0 LLC : o or No. 766,:40-; Expiration Date: 12/31/2018 FYV Taxiway B Widening and Rehabilitation 000001-2 Garver Project No. 17041211 City of Fayetteville FYV Taxiway B Widening and Rehabilitation TABLE OF CONTENTS Description Page No. BIDDING REQUIREMENTS Certifications 000001-1 Table of Contents 000010-1 Invitation to Bid 010000-1 Instructions to Bidders 010200-1 Bid Bond 010300-1 Proposal 010400-1 Statement of Bidder's Qualifications 010420-1 List of Proposed Subcontractors 010440-1 DBE Participation Reporting 010460-1 Bidder Certifications 010470-1 Bidder's Checklist of Required Items 010480-1 CONTRACT REQUIREMENTS Contract 010600-1 Performance Bond 010700-1 Payment Bond 010720-1 III. GENERAL PROVISIONS GP-1 IV. SPECIAL PROVISIONS SP-1 V. SUPPLEMENTAL SPECIFICATIONS SS-100 Construction Safety and Phasing Plan (CSPP) SS-100-1 SS-101 Safety Plan Compliance Document (SPCD) SS-101-1 SS-110 Standard Specifications SS-110-1 SS-120 Site Preparation SS-120-1 SS-130 Trench and Excavation Safety Systems SS-130-1 SS-222 Haul Road Repair SS-222-1 SS-300 Basic Electrical Requirements SS-300-1 SS-301 Electrical Demolition and Relocation Work SS-301-1 SS-305 Directional Boring SS-305-1 SS-310 Airport Lighting Systems SS-310-1 VI. TECHNICAL SPECIFICATIONS P-101 Surface Preparation P-101-1 P-152 Excavation, Subgrade, and Embankment P-152-1 P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P-156-1 P-209 Crushed Aggregate Base Course P-209-1 P-401 Hot Mix Asphalt (HMA) Pavements P-401-1 P-403 Plant Mix Bituminous Pavements (Base, Leveling or Surface Course) P-403-1 P-602 Bituminous Prime Coat P-602-1 FYV Taxiway B Widening and Rehabilitation 000010-1 Garver Project No. 17041211 P-603 Bituminous Tack Coat P-610 Structural Portland Cement Concrete P-620 Runway and Taxiway Painting D-701 Pipe for Storm Drains and Culverts D-751 Manholes, Catch Basins, Inlets and Inspection Holes D-754 Concrete Gutters, Ditches, and Flumes T-901 Seeding T-904 Sodding T-905 Topsoiling L-108 Underground Power Cable for Airports L-110 Airport Underground Electrical Duct Banks and Conduits L-115 Electrical Manholes and Junction Structures P-603-1 P-610-1 P-620-1 D-701-1 D-751-1 D-754-1 T-901-1 T-904-1 T-905-1 L-108-1 L-110-1 L-115-1 FYV Taxiway B Widening and Rehabilitation 000010-2 Garver Project No. 17041211 BENCCON-01 JIHUDSOl1 ACORD [�DTE (MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 10/12/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu_ of such endorsement(s). PRODUCER CONTACT NAME. BHC Insurance 5500 Euper Lane JAiC.N .Eal: (479) 452-4000 (AA/C,No):(479) 484-6185 P.O. Box 3529Fort Smith, Smith, AR 72913-3529 iNWRFR(SI AFFORDING-0011RAGE NAIC p INSURER A : United Fire & Casualty Company _I.13021. INSURED INSURER a : Accident Fund Ins Co of America 10166 Benchmark Construction Company of NWA, Inc. 333 W. Poplar, Ste. A Fayetteville, AR 72703 e'nVFzDAF:FC r r-I2TIFIr:ATF NIIMRFR- INSURER C : GuldeOne National lns. Co. INSURER D : INSURER E REVISION NUMBER - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL�SUBR' POLICY NUMBER POLICY EFF POLICY EXP LIMITS LIR M MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY OCCURRENCE S. 1,000,000 CLAIMS -MADE X OCCUR X X 160464842 _EACH 07/23/2018 07/23/2019 DAMAGE TO RENTED REMISE$ (Z,7-¢ccu[[ence).. MED EXP (Any one person)_ PERSONAL& ADV INJURY GENERALAGGREGATE PRODUCTS-COMP/OPAGG S 100,000 1 S 5,000 . S 1,000,000 S 2,000,000 S 2,000,000 GEN'LAGGREGATELIMIT Ap?���-LyyL_IIES{•PER: POLICY I� jECT I.�^...f LOC OTHER,; S A AUTOMOBILE LIABILITY _ L O aBINEpDD SINGLE UM17 d_ S 1,000,000 S X ANY AUTO X X 60464842 07/23/2018 07123/2019 BODILY INJURY LALspersm) OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY [Par awdenp S S RED NN pp ❑❑ AUTOS ONLY - AaTO su PROPERTY DAMAGE - Per S I I A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 2,000,060 EXCESS LIAB i CLAIMS -MADE] 150464842 07/23/2018 07/23/2019 AGGREGATE 5 2,000,000 S I DED RETENTIONS B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PR YiN Ia ,ER/Min NH) EXCLUDED? toryE N/A X 07/23/2018 07/23/2019 X PER OTH- STATUTE 500,000 5 S SOO,000 E.L EACH ACCIDENT L DISEASE - EA EMPLOYE E DISEASE-PDLICYI MI7 If yes, describe under E CRIPTION OF OPERATIDNS below [ i 500:000. 5 -.., . I C Excess Liability I1:428623 10/12/2018 07/23/2019 Agg $2,000,000/ Occ. 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may I- attached If more space is required) Re: City of Fayetteville - Drake Field Airport FYV Taxiway B Widening and Rehabilitation. City of Fayetteville and Garver, LLC are additional insureds primary and non-contributory with regard to General Liability including complete operations and with regard to auto liability when required by written contract. Waiver of Subrogation applies in favor of City of Fayetteville nd Garver, LLC with regard to General Liability, Auto Liability and Workers Compensation when required by written contract. Umbrella Liability extends coverage to additional insured and waiver of subrogation status on underlying General Liability, Auto Liability, and Workers Compensation policies. Please refer to the following forms which apply and are attached: CG72010717 Extended Ultra Liability Plus Endorsement, IL71051014 Primary and Noncontributory -Other Insurance Condition Endorsement, CA71090117 Business Auto Ultra Endorsement, CA04491116 Primary and Non -Contributory -Other Insurance Condition Endorsement, SEE ATTACHED ACORD 101 City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 TIONI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page Intentionally Left Blank 010000 — INVITATION TO BID City of Fayetteville, Arkansas Bid 18-43, Construction — FYV Taxiway B Widening and Rehabilitation (Rebid) Contract Name: FYV TAXIWAY B WIDENING AND REHABILITATION City of Fayetteville Bid Number: 18-43 Advertising Dates: 06/28/18, 07/05/18 The City of Fayetteville, AR is accepting sealed bids from properly licensed professionals for the construction of the Taxiway B Widening and Rehabilitation at Fayetteville — Drake Field Airport. The project includes, but is not limited to, removal of 3,200 square yards of pavement removal, 5,000 tons of asphalt taxiway paving, drainage and airfield electrical improvements, approximately 70,000 square feet of pavement marking removal, and of approximately 140,000 square feet of airfield pavement markings as shown on the plans and indicated in the specifications. Sealed bids shall be submitted to the City of Fayetteville (City), AR by Tuesday, July 24, 2018 before 2:00 PM, Local Time. Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time. All interested parties are invited to attend. Bids shall be received at the following location: City of Fayetteville, AR Purchasing Division Room 306 - City Hall 113 West Mountain Street Fayetteville, Arkansas 72701 All bids shall be submitted in accordance with the attached specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. A non -mandatory pre -bid conference will be held on Tuesday, July 10, 2018 at 10:00 AM at the conference room in the airport terminal building at Fayetteville — Drake Field. All interested parties are strongly encouraged to attend. Bid Documents shall be obtained from the City of Fayetteville Purchasing Division electronically, at no cost. No partial sets will be issued. All vendors intending on bidding shall register as a plan holder by notifying Les McGaugh, Purchasing Agent, via e-mail at Imcgaugh(d_)fayetteville-ar.gov. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. Failure to register as a plan holder can result in your bid being rejected. Sub -Contractors and suppliers are also strongly encouraged to obtain documents directly from the City and get registered as a plan holder. Each bid shall be accompanied by a cashier's check from a bank doing business in the State of Arkansas or a corporate bid bond in an amount not less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required with the contract awarded and shall be file marked by the Washington County Circuit Clerk's Office upon receipt to the City. This is a federally funded project. A contractor's license from the State of Arkansas Contractor's Licensing Board is not required at the time of bid; however, no contractor shall submit a bid under this prior to submitting application for licensure. The City shall not execute any construction contract unless and until the successful bidder for the project furnishes an appropriate license issued by the board. FYV Taxiway B Widening and Rehabilitation 010000-1 Garver Project No. 17041211 Bidders shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the Project is located. Certain mandatory federal requirements apply to this solicitation and will be made a part of any contract awarded: 1. Buy American Preferences (Title 49 U.S.C. Chapter 501) 2. Foreign Trade Restrictions (49 CFR 30.17) 3. Davis Bacon Labor Provisions (29 CFR Parts 1, 3, and 5) 4. Requirement for Affirmative Action (41 CFR Part 60-4) 5. Debarment, Suspension, Ineligibility, and Voluntary Exclusion 6. Requirements for Drug -free Workplace Mechanics and laborers on the project shall be paid not less than the minimum hourly rates set out in Prevailing Wage Determination Number AR180287. A copy of the minimum hourly rates is bound in the contract documents. All bidders and proposers shall make good faith efforts, as defined by Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract a minimum of 5.81 percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). The City reserves the right to reject any or all Bids and to waive irregularities therein, and all Bidders shall agree that such rejection shall be without liability on the part of the City for any damage or claim brought by any Bidder because of such rejections, nor shall the Bidders seek any recourse of any kind against the City because of such rejections. The filing of any Bid in response to this invitation shall constitute an agreement of the Bidder to these conditions. Awarding this project shall be contingent upon grant funding being approved and received. Pursuant to Ark. Cod Annotated §22-9-203, The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. Bids must remain in effect for 120 days after the bid opening date. CITY OF FAYETTEVILLE, AR By: Les McGaugh Title: Purchasing Manager P: 479-575-8220 Email: Imcgaugh(@_fayetteville-ar.gov TTD (Telecommunications Device for the Deaf): 479-521-1316 Date of Advertisement: 06/28/18, 07/05/18 FYV Taxiway B Widening and Rehabilitation 010000-2 Garver Project No. 17041211 010200 - INSTRUCTIONS TO BIDDERS 1. PREPARATION OF BID Each bid must be submitted on the prescribed form (Proposal) and Unit Price Schedule(s). All blank spaces must be filled in legibly (either typed or written with ink). All blank spaces for bid prices on the Unit Price Schedules must be filled in and the extended total for each item shall be entered in figures only. If the unit price and the extended total of any item are not in agreement, the unit price shall govern and the extended total is corrected to conform thereto. Erasures or other corrections on the Proposal form or Unit Price Schedules shall be initialed by the signer of the bid. All bids must be signed in ink by an individual authorized to bind the Bidder. All bids must be regular in every respect and no interlineations, excisions, or special conditions shall be made or included in the Proposal by the Bidder. There are multiple unit price schedules. Bidders must submit proposals on all schedules. Bidders must quote on all items within a specific schedule that have a quantity; failure to do so may disqualify the bid. There must be a bid on all items that may appear on the Unit Price Schedule(s). No bid will be considered which covers only a part of the work. A conditional bid will not be considered. The Proposal and Unit Price Schedule(s), along with other specific section items required in Section 17 below for the sealed bid, shall not be altered and these sections shall be submitted in their entirety. Submission must be at the place, and at or prior to the time specified in the Advertisement for Bids. Each bid must be submitted in a sealed envelope clearly marked on the outside that it contains a bid for FYV Taxiway B Widening and Rehabilitation and with the time and date of bid opening shown thereon. The name, address, and Arkansas Contractor's License Number of the Bidder OR date of application for licensure with the State of Arkansas Contractor Licensing Board shall appear in the upper left-hand corner of the envelope. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope. A bid that obviously is unbalanced may be rejected. 2. INTERPRETATIONS AND ADDENDA No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents or any part thereof. Every request for such an interpretation shall be made in writing to Garver, Attn: Ben Perea, 2049 E. Joyce Blvd., Suite 400, Fayetteville, AR 72703, or by email to BMPerea@GarverUSA.com. Any inquiry received forty-eight (48) hours prior to the opening of bids will be given consideration. Every interpretation made to a Bidder will be in the form of an Addendum to the contract Documents, and when issued, will be sent to the Plan Holders list located in the electronic plan room at least twenty-four (24) hours before bids are opened. It shall be the Bidder's responsibility to make inquiry to the electronic plan room as to the Addenda issued. All such Addenda shall become part of the Contract and all Bidders shall be bound by such Addenda, whether or not received by the Bidders. 3. BIDDING DOCUMENTS Complete sets of the bidding documents may be obtained as stated in the advertisement. Owner and Engineer, in making copies of these documents available, do so only for the purpose of obtaining bids for the work, and do not authorize or grant a license for any other use. Complete sets of the documents shall be used in preparing bids; neither the Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. FYV Taxiway B Widening and Rehabilitation 010200-1 Garver Project No. 17041211 4. INSPECTION OF SITE Each Bidder shall visit the site of the proposed work and fully acquaint himself with the existing conditions there relating to construction and labor, and shall fully inform himself as to the facilities involved, laws and regulations, and the difficulties and restrictions in attending the performance of the Contract. The Bidder shall thoroughly examine and familiarize himself with the Plans, Technical Specifications, other Contract Documents, and referenced items. The Bidder shall also carefully study all available reports of explorations and tests of subsurface conditions at or adjacent to the Site. The Contractor, by the execution of the Contract, shall not be relieved of any obligation under it due to his failure to receive or examine any form or legal instrument or to visit the site and acquaint himself with the conditions there existing, and the Owner will be justified in rejecting any claim based on facts regarding which he should have been on notice as a result thereof. It is the responsibility of each Bidder before submitting a bid to agree that the submission of a bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of the Contract Documents, that without exception the bid and all prices in the bid are premised upon performing and furnishing the work required by the Contract Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Contract Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the work. 5. BID GUARANTY The bids must be accompanied by a Bid Guaranty, which shall not be less than five percent (5%), of the amount of the bid. At the option of the Bidder, the guaranty may be a cashier's check, or may be a Bid Bond that is similar to the attached form. No bid will be considered unless it is accompanied by the required guaranty. Cashier's check from a bank doing business in the State of Arkansas must be payable to the order of City of Fayetteville. Cash deposits will not be accepted. The Bid Guaranty shall insure the execution of the Agreement and the furnishing of the surety bond or bonds by the successful Bidder, all as required by the Contract Documents. The guaranty of the apparent successful Bidder will be retained until Owner awards the contract to such Bidder, and such Bidder has executed the Contract Documents, furnished the required contract security, and met the other conditions of the Notice of Award, whereupon the Bid Guaranty will be released. If the successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 10 days after the Notice of Award, Owner may consider Bidder to be in default, annul the Notice of Award, and the Bid Guaranty of that Bidder will be forfeited. Such forfeiture shall be Owner's exclusive remedy if Bidder defaults. The Bid Guaranty of other Bidders that Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of seven days after the effective date of the Contract or 121 days after the Bid opening, whereupon Bid Guaranty furnished by such Bidders will be released. Bid Guaranty of other Bidders that Owner believes do not have a reasonable chance of receiving the award will be returned upon request as soon as feasible after the opening of the bids. FYV Taxiway B Widening and Rehabilitation 010200-2 Garver Project No. 17041211 6. COLLUSION; SUBCONTRACTS A Bidder submitting a Proposal to the Owner for the work contemplated by the Documents on which bidding is based shall not collude with any other person, firm, or corporation in regard to any bid submitted. Before executing any subcontract, the successful Bidder shall submit Section 010440, LIST OF PROPOSED SUBCONTRACTORS for prior approval of the Owner. If requested by Owner, the list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, or other individual or entity. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent successful Bidder to submit an acceptable substitute, in which case the apparent successful Bidder shall submit a substitute, Bidder's Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution, and Owner may consider such price adjustment in evaluating Bids and making the Award. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. If apparent successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, or other individuals or entities. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to subsequent revocation of such acceptance as provided in the General Provisions. 7. STATEMENT OF BIDDER'S QUALIFICATIONS Each Bidder shall submit, on the form furnished for that purpose (a copy of which is included in the Contract Documents), a statement of the Bidder's qualifications, his experience record in construction of work similar to that which here is involved, and his organization and equipment available for the work contemplated; and when specifically requested by the Owner, a detailed financial statement. The Owner shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform his obligations under the Contract and the Bidder shall furnish the Owner all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the Owner that the Bidder is qualified to carry out properly the terms of the Contract. 8. BALANCED BIDS; VARIATIONS IN QUANTITIES The lump sum price and unit price for each of the several items in the Proposal of each Bidder shall be balanced and shall include its pro rata share of overhead. Additional information regarding the balanced bid requirements can be found in Section 20 of the General Provisions The Owner shall have the right to increase or decrease the extent of the work, to change the location or gradient, or the dimensions of any part of the work, provided that the length of the improvement is not increased or decreased in excess of twenty-five percent (25%) of the length as determined by the Contract, or that the quantities of work to be done or the materials to be furnished are not increased or decreased in money value in excess of twenty-five percent (25%) of the total contract as determined by the Contract. Such changes shall not be considered as a waiver of any conditions of the Contract nor invalidate any of the provisions thereof. The Contractor shall perform the work as increased or decreased within the qualifying limits named and no allowance will be made for anticipated profits or increases or decreases so incurred. Change in length or in money value, within the twenty-five percent (25%) limits set out, shall not be cause for adjustment of any lump sum or unit price. Changes in items of work covered by unit prices and/or lump sum prices, within the twenty-five percent (25%) limits set out, shall not be cause for adjustment of any other (non- involved) lump sum or unit price. FYV Taxiway B Widening and Rehabilitation 010200-3 Garver Project No. 17041211 Increases or decreases in items of work, and the cost thereof, shall be done in accordance with Section 40 of the General Provisions. 9. TIME FOR RECEIVING BIDS A bid received prior to the advertised hour of opening will be kept securely and will remain sealed until the hour of opening. The officer whose duty it is to open them will decide when the specified time has arrived, and any bid received subsequent to that time will be returned unopened. 10. OPENING OF BIDS At the time and place fixed for the opening of bids, the Owner will cause the bids to be opened and publicly read aloud, irrespective of any irregularities therein. Bidders and other persons properly interested may be present, in person or by representative. Bid qualification may be evaluated before and/or after the bid opening, at the Owner's discretion. 11. WITHDRAWAL OF BIDS Bids may be withdrawn on written request if the request is received prior to the time fixed for the opening of bids. Bidder may withdraw its Bid within 24 hours after Bids are open and Bid Guaranty will be returned if Bidder files a duly signed written notice with the Owner and promptly demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid. The Bidder shall not be allowed to submit a revised Bid. 12. AWARD OF CONTRACT; REJECTION OF BIDS The Contract will be awarded to the responsive and responsible Bidder submitting the lowest total bid within the funding limits and complying with the conditions of the Advertisement for Bids and other parts of these Contract Documents. The criteria which will be used to determine the lowest responsive and responsible Bidder are as follows: 12.1 Responsive Bidder: Means a Bidder who has submitted a complete bid which conforms in all material respects and requirements to the Contract Documents. 12.2 Responsible Bidder: Means a Bidder who has the capacity and capability in all respects to perform fully the contract requirements and who has the integrity and reliability to assure good faith performance. Among factors to be considered in determining whether the Bidder meets these standards are the Bidder's financial responsibility, performance responsibility, technical feasibility, his equipment, and his past performance in completing similar work. A Bidder's failure to submit a complete bid or required qualification information within the times indicated may disqualify Bidder from receiving an award of the Contract. The Bidder to whom the award is made will be notified at the earliest possible date, but not later than one hundred twenty (120) days after the opening of bids. The Owner, however, reserves the right to reject any or all bids and to waive any informality in bids received whenever such rejection or waiver is in its interests. The Owner also reserves the right to consider as unqualified to do the work any Bidder who does not habitually perform with his own forces the major portions of such work as is involved in construction of these improvements. FYV Taxiway B Widening and Rehabilitation 010200-4 Garver Project No. 17041211 13. EXECUTION OF CONTRACT; PERFORMANCE AND PAYMENT BOND Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful Bidder shall execute and deliver to the Owner a Contract in the form included in the Contract Documents in such number of copies as the Owner may require. Having satisfied all conditions of award as set forth elsewhere in these Documents, the successful Bidder shall, within the period specified above, furnish a surety bond in a penal sum not less than the amount of the Contract as awarded, as security for the faithful performance of the Contract, and for the payment of all persons, firms or corporations to whom the Contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature, including utility and transportation services employed or used by him in performing the work. Such bond shall be as included in the Contract Documents and shall bear the same date as, or a date subsequent to, that of the Agreement. The current power of attorney for the person who signs for any surety company shall be attached to such bond. The failure of the successful Bidder to execute such Contract and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the Owner may grant, based upon reasons determined sufficient by the Owner, shall constitute a default, and the Owner may either award the Contract to the next lowest responsible Bidder or re -advertise for bids. 14. BONDS AND INSURANCE Attention of Bidders is called to Arkansas Code Annotated §§ 22-9-401 et. Seq., which has certain requirements pertaining to Performance Bonds, labor bonds, employer's liability insurance, public liability insurance, workmen's compensation insurance, and property damage insurance. All companies furnishing Bid Bonds and Performance Bonds shall furnish evidence of being on the U.S. Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State of Arkansas. The above mentioned bonds shall be provided to the City after being filed marked at the Washington County Circuit Clerk's Office. 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 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 accordance with the requirements as specified herein. 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 may 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 The Contractor shall provide insurance coverage for the Engineer and the Owner as indicated in Section C-01 of the Special Provisions. FYV Taxiway B Widening and Rehabilitation 010200-5 Garver Project No. 17041211 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. A list of required items to be submitted with each bid is listed in the Bidders Checklist. 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: • Contract (all pages) • Performance Bond • Payment Bond • Certificates of Insurance and Insurance Policies The following is a list of completed forms/submittals that the awarded Contractor will be required to submit before construction begins: • Construction Schedule Additional certifications and submittals will be required for construction materials and other items in the technical specifications. 18. LEGAL QUALIFICATIONS All Bidders, in order to submit a bonafide Proposal, must comply with the applicable terms of Arkansas Code. The successful Bidder, if a corporation created under the laws of some state other than the State of Arkansas, will be required to qualify, or to have qualified, with the Secretary of State of Arkansas to do business in the State of Arkansas. 19. MODIFICATION OF BID No modification of any bid already submitted will be considered unless such modification is received in writing, signed and witnessed by persons authorized to so act on behalf of the bidder, prior to the time set for opening of bids. END OF INSTRUCTIONS TO BIDDERS FYV Taxiway B Widening and Rehabilitation 010200-6 Garver Project No. 17041211 I N S U R A N C E More Than a Promise 5500 Euper Lane PO Box 3529 Ft. Smith, AR 72913 (479) 452-4000 www.bhca.com Bid Bond KNOW ALL MEN BY THESE PRESENTS. that we (Here insert full name and address or legal title of Contractor) Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, AR 72703 as Principal, hereinafter called the Principal, and (Her- insert firll nnrrip and address nr legal title of .Surety) Westfield Insurance Company P. O. Box 5001 Westfield Center, OH 44251-5001 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto !Here insert full name and address or legal title of Owner) City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Taxiway B Widening and Rehab (Here insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Ohligee in acrordnnee with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and scaled this 24th day of July 2018 Benchmark Construction of NWA, Inc. / (Principal) {Seal) �WrVess) (Title) Westfield Insurance Company ' (Sur &-,, (Wltrtess) {title) (.Seal) Elizabeth A. Solomon , Attornev-In-Fact ALA Document A31OTm —1970. CopyrightO 1963 and 1970 by The American Institute of Architects. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 12/08/17, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO, 0320052 04 General Power of Attorney CERTIFIED COPY Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, SCOTT WHITTENBERG, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-i n- Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be it Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 08th day of DECEMBER A.D., 2017WESTFIELD . �M, NNNIiy„ • ttll ,f/' „„N t f1Jf/N, MPANY Corporate R�..'U.....yi^ y� `x .�Nol.....A.. �NS � ...... � WESTFIELD NATIONAL INSURANCE SO RANCE COMPANY Affixedv r .A. 'kro4 •' r'F . zs OHIO FARMERS INSURANCE COMPANY %SEA ,. SEAL � ; cHA>�ITIprQ M. State of Ohio "",•tff.. Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 08th day of DECEMBER A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal Affixed State of Ohio County of Medina ss.: David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 24th day of July 18 ttt•t,,,,... i.,fff.... '.p,: SET.. !e C�RATEREb '� F .SB W., y ► , ,1648 Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) 010400 - PROPOSAL Place �DDN� 3fl6 , �rt'Y Fypu� Date ;L.4-1 Proposal of !I t D " y F 1 ViR?4 . P_ , a corporation organized and existing under the laws of the State of KAi.sS,EiS Tax ID Number (TIN): 3 t - 0147 % 5 3 of DUNS#: I -? - 9L,l- Lf a54 CAGE Code: Ott 4 `{ - a3 or Proposal of a partnership consisting of or Proposal of /`N-. an individual doing business as Ny4 To: City of Fayetteville This bid results from your advertisement for bids for the construction of the FYV Taxiway B Widening and Rehabilitation. The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents including all Addenda, and being familiar with all of the conditions relating to the construction of the proposed project, hereby agrees to comply with all other conditions or requirements set forth in the Plans, Specifications, and other Contract Documents, and further proposes to; furnish all material, supplies, equipment, and appliances; to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Plans, Specifications, and other Contract Documents at and for the lump sum and unit prices proposed in the attached Unit Price Schedule(s). The undersigned Bidder agrees to begin work within ten (10) calendar days after the issuance by, or on behalf of, the Owner of a "Work Order" or "Notice to Proceed" and to complete the work for the Base Bid within one hundred twenty (120) consecutive calendar days thereafter(except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). Should the Base Bid & Deductive Alternative be awarded, the contract time will be reduced to ninety (90) consecutive calendar days (except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). Should the work fail to be completed within the time herein stated, the Contractor shall pay to the Owner, as fixed and agreed liquidated damages, and not as a penalty, the sum, for each day of delay until the work is completed and accepted, as stipulated in SPECIAL PROVISIONS of these Contract Documents. It is understood that additional time for the completion of the project is to be allowed only for delays as stipulated in SPECIAL PROVISIONS of these Contract Documents. Basis of Award: Basis of award shall be the lowest aggregate of the Base Bid and Alternates that are within the available project funding. The order in which the aggregate of the combined schedules shall be considered for award is as follows: 1. Base Bid 2. Base Bid + Deductive Alternate 1 FYV Taxiway B Widening and Rehabilitation 010400-1 Garver Project No. 17041211 Bidder acknowledges receipt of the following addendum (addenda): and and and The undersigned Bidder agrees that this bid shall be good and shall not be withdrawn for a period of one hundred twenty (120) calendar days after the opening thereof. If written notice of the acceptance of this Proposal is mailed, telegraphed, or delivered to the undersigned within one hundred twenty (120) days after the opening thereof, or at any time thereafter before this Proposal is withdrawn, the undersigned agrees to execute and deliver an Agreement (Contract) in the prescribed form, and furnish the required Performance and Payment Bond, within ten (10) days after the Agreement is presented to him for signature. It is understood by the undersigned Bidder that the Owner reserves the right to reject any or all bids. It is understood and agreed by the Bidder that the award procedure for this solicitation will include the selection criteria of 49 CFR Part 26.45 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 5.81 percent of the dollar value of this contract. The following provisions are also included by reference: • Davis Bacon Act (29 CFR Part 5.5) • EEO Compliance Reports (41 CFR Part 60-1.7) • Trade Restriction Certification (49 CFR Part 30) • Buy American Preferences (Title 49 United States Code, Chapter 501) • Certification of Non -Segregated Facilities (41 CFR Part 60-1.8) • Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion (49 CFR Part 29) Accompanying this Proposal as bid security is a ,.ashieF's ehe /bid bond (strike one) in the amount of � o Dollars ($ ), being not less than five percent (5%) of the total amount of the base bid. If the undersigned Bidder is the successful Bidder, but fails or refuses to execute the contract and furnish the required bond within the prescribed ten (10) days of the notification of award, then this bid security is to become the property of the Owner as liquidated damages for the delay and additional expense to the Owner caused by such failure or refusal. FYV Taxiway B Widening and Rehabilitation 010400-2 Garver Project No. 17041211 SEAL (If Bidder is a Corporation) Attest: ignature / Print Name L. Bidder:&SAX"-1 / - 4/ By: Signature Print Name and Title T I 6AJI- 028ec AGE 5�- Address . T3--Z7 W- 42M 1AGE 5.- Office Address of Bidder NOTES: Sign in ink. Do not detach. Items must be bid upon as specified in the Unit Price Schedule. FYV Taxiway B Widening and Rehabilitation 010400-3 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010400-4 Garver Project No. 17041211 ITEM SPEC. NO. NO. DESCRIPTION CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHABILITATION UNIT PRICES - BASE BID TAXIWAY B NORTH AND TAXIWAY B SOUTH ESTIMATED UNIT BID UNIT QUANTITY PRICE AMOUNT 1 GP-105 Mobilization LS 1 $95,070.00 $ 95,070.00 2 SS-120-3.1 Site Preparation LS 1 $170,470.00 $ 170,470.00 3 SS-120-3.2 Temporary Haul Road Installation and Removal LS 1 $11,450.00 $ 11,450.00 4 SS-130-4.1 Trench and Excavation Safety Systems LS 1 $1,730.00 $ 1,730.00 5 SS-222-5.1 Haul Road Repair SY 400 $86.13 $ 34,452.00 6 SS-300-5.1 Lockout/Tagout and Constant Current Regulator Calibration Procedures LS 1 $580.00 $ 580.00 7 SS-301-5.1 Existing Base Mounted L-861T(L) LED Taxiway Edge Light and Isolation Transformer, Removed and Stored for Reinstallation, Base Demolished EA 73 $41.00 $ 2,993.00 8 SS-301-5.2 Existing Base Mounted Guidance Sign, Removed EA 7 $179.00 $ 1,253.00 9 SS-301-5.3 Existing Electrical Conduit, Cleared of Cable LF 5,000 $0.47 $ 2,350.00 10 SS-305-5.1 Directional Boring, 2-Way 2"C Polyethylene Conduit LF 175 $63.00 $ 11,025.00 11 SS-310-5.1 Existing Removed L-861T(L) LED Taxiway Edge Light and Transformer, Reinstalled on New Base with New Connector Kits EA 73 $1,089.00 $ 79,497.00 12 SS-310-5.2 New Base Mounted L-861T(L) LED Taxiway Edge Light, Installed EA 11 $1,558.00 $ 17,138.00 13 SS-310-5.3 L-858(L) LED Base Mounted, 2-Module Guidance Sign, Installed EA 2 $5,480.00 $ 10,960.00 14 SS-310-5.4 L-858(L) LED Base Mounted, 3-Module Guidance Sign, Installed EA 5 $3,232.00 $ 16,160.00 15 SS-310-5.5 Temporary Airfield Lighting LS 1 $5,890.00 $ 5,890.00 16 P-101-5.1 Pavement Removal SY 3,200 $17.26 $ 55,232.00 17 P-101-5.2 Cold Planing (0-2") SY 2,100 $8.60 $ 18,060.00 18 P-152-4.1 Unclassified Excavation CY 4,200 $23.38 $ 98,196.00 19 P-152-4.2 Unsuitable Excavation CY 4,700 $45.79 $ 215,213.00 20 P-156-5.1 Temporary Erosion Control LS 1 $9,720.00 $ 9,720.00 21 P-209-5.1 Crushed Aggregate Base Course (6" Thickness) SY 7,100 $12.77 $ 90,667.00 22 P-401-8.1a Asphalt Hot Mix Surface Course TN 2,800 $118.00 $ 330,400.00 23 P-401-8.1b Asphalt Hot Mix Leveling Course TN 300 $118.00 $ 35,400.00 24 P-403-8.1 Asphalt Hot Mix Base Course TN 1,900 $127.92 $ 243,048.00 25 P-620-5.1a Runway and Taxiway Painting (Reflective) SF 65,000 $0.98 $ 63,700.00 26 P-620-5.1b Runway and Taxiway Painting (Non -Reflective) SF 72,000 $0.63 $ 45,360.00 27 P-620-5.2 Pavement Marking Removal SF 68,000 $1.14 $ 77,520.00 28 D-701-5.1a 29" x 18" Reinforced Concrete Arch Pipe (Class IV) LF 30 $115.40 $ 3,462.00 29 D-701-5.1b 18" Reinforced Concrete Pipe (Class IV) LF 80 $98.00 $ 7,840.00 30 D-701-5.2 18" Reinforced Concrete Pipe Collar EA 3 $1,731.00 $ 5,193.00 31 D-701-5.3 18" Reinforced Concrete End Section EA 2 $981.00 $ 1,962.00 FYV Taxiway B Widening and Rehabilitation 010400-5 Garver Project No. 17041211 32 D-751-5.1a 6' x 6' Airfield Grate Inlet/Junction Box EA 2 $6,924.00 $ 13,848.00 33 D-751-5.1 b 5.5' x 5.5' Airfield Grate Inlet/Junction Box EA 4 $6,347.00 $ 25,388.00 34 D-751-5.1c 5' x 5' Airfield Grate Inlet/Junction Box EA 4 $6,058.00 $ 24,232.00 35 D-754-5.1 Concrete Ditch Paving SY 50 $65.00 $ 3,250.00 36 T-901-5.1 Seeding AC 4 $2,293.00 $ 9,172.00 37 T-904-5.1 Sodding SY 6,800 $4.17 $ 28,356.00 38 T-905-5.1 Topsoiling (4" Thickness) SY 28,800 $4.33 $ 124,704.00 39 L-108-5.1 No. 8 AWG, 5 kV, L-824, Type C Cable, Installed in Trench, Duct Bank or Conduit LF 7,100 $1.38 $ 9,798.00 40 L-108-5.2 No. 6 AWG, Solid, Bare Counterpoise Wire, Installed in Trench, Above the Duct Bank or Conduit, Including Ground Rods and Ground Connectors LF 4,750 $1.80 $ 8,550.00 41 L-108-5.3 Trenching for Direct -Buried Bare Counterpoise Wire, 8" Minimum Depth LF 4,900 $1.15 $ 5,635.00 42 L-110-5.1 Non -Encased, Electrical Conduit, 1-Way 2"C LF 5,200 $13.85 $ 72,020.00 43 L-115-5.1 Concrete Encased Electrical Junction Structure L-867 Class 1, Size 16" Diameter by 24" Depth EA 4 $294.00 $ 1,176.00 44 SP-C-01a Bonds LS 1 $28,290.00 $ 28,290.00 45 SP-C-01b Insurance LS 1 $11,900.00 $ 11,900.00 Note: Mobilization shall not exceed 5% of the total bid price Total Bid - Base Bid $ 2,128,310.00 FYV Taxiway B Widening and Rehabilitation 010400-6 Garver Project No. 17041211 ITEM SPEC. NO. NO. DESCRIPTION CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHABILITATION UNIT PRICES - DEDUCTIVE ALTERNATE 1 REMOVAL OF TAXIWAY B SOUTH FROM THE BASE BID ESTIMATED UNIT BID UNIT QUANTITY PRICE AMOUNT 1 GP-105 Mobilization LS 1 $12,000.00 $ 12,000.00 2 SS-120-3.1 Site Preparation LS 1 $23,310.00 $ 23,310.00 3 SS-120-3.2 Temporary Haul Road Installation and Removal LS 1 $11,450.00 $ 11,450.00 4 SS-222-5.1 Haul Road Repair SY 200 $59.00 $ 11,800.00 5 SS-300-5.1 Lockout/Tagout and Constant Current Regulator Calibration Procedures LS 1 $540.00 $ 540.00 6 SS-301-5.1 Existing Base Mounted L-861T(L) LED Taxiway Edge Light and Isolation Transformer, Removed and Stored for Reinstallation, Base Demolished EA 17 $37.00 $ 629.00 7 SS-301-5.2 Existing Base Mounted Guidance Sign, Removed EA 3 $63.00 $ 189.00 8 SS-301-5.3 Existing Electrical Conduit, Cleared of Cable LF 1,000 $0.43 $ 430.00 9 SS-305-5.1 Directional Boring, 2-Way 2"C Polyethylene Conduit LF 85 $53.00 $ 4,505.00 10 SS-310-5.1 Existing Removed L-861T(L) LED Taxiway Edge Light and Transformer, Reinstalled on New Base with New Connector Kits EA 17 $999.00 $ 16,983.00 11 SS-310-5.2 New Base Mounted L-861T(L) LED Taxiway Edge Light, Installed EA 1 $1,450.00 $ 1,450.00 12 SS-310-5.3 L-858(L) LED Base Mounted, 2-Module Guidance Sign, Installed EA 1 $2,550.00 $ 2,550.00 13 SS-310-5.4 L-858(L) LED Base Mounted, 3-Module Guidance Sign, Installed EA 2 $3,010.00 $ 6,020.00 14 SS-310-5.5 Temporary Airfield Lighting LS 1 $5,400.00 $ 5,400.00 15 P-101-5.1 Pavement Removal SY 725 $12.68 $ 9,193.00 16 P-101-5.2 Cold Planing (0-2") SY 700 $6.26 $ 4,382.00 17 P-152-4.1 Unclassified Excavation CY 800 $21.45 $ 17,160.00 18 P-152-4.2 Unsuitable Excavation CY 670 $41.00 $ 27,470.00 19 P-156-5.1 Temporary Erosion Control LS 1 $810.00 $ 810.00 20 P-209-5.1 Crushed Aggregate Base Course (6" Thickness) SY 1,000 $9.55 $ 9,550.00 21 P-401-8.1a Asphalt Hot Mix Surface Course TN 485 $90.00 $ 43,650.00 22 P-403-8.1 Asphalt Hot Mix Base Course TN 280 $98.00 $ 27,440.00 23 P-620-5.1a Runway and Taxiway Painting (Reflective) SF 33,000 $0.41 $ 13,530.00 24 P-620-5.1 b Runway and Taxiway Painting (Non -Reflective) SF 38,700 $0.22 $ 8,514.00 25 P-620-5.2 Pavement Marking Removal SF 30,900 $0.57 $ 17,613.00 26 T-901-5.1 Seeding AC 2 $2,136.00 $ 4,272.00 27 T-904-5.1 Sodding SY 1,000 $3.88 $ 3,880.00 28 T-905-5.1 Topsoiling (4" Thickness) SY 11,000 $10.55 $ 116,050.00 29 L-108-5.1 No. 8 AWG, 5 kV, L-824, Type C Cable, Installed in Trench, Duct Bank or Conduit LF 1,700 $1.29 $ 2,193.00 30 L-108-5.2 No. 6 AWG, Solid, Bare Counterpoise Wire, Installed in Trench, Above the Duct Bank or Conduit, Including Ground Rods and Ground Connectors LF 1,100 $1.28 $ 1,408.00 31 L-108-5.3 Trenching for Direct -Buried Bare Counterpoise Wire, 8" Minimum Depth LF 750 $1.08 $ 810.00 32 L-110-5.1 Non -Encased, Electrical Conduit, 1-Way 2"C LF 850 $21.50 $ 18,275.00 33 L-115-5.1 Concrete Encased Electrical Junction Structure L-867 Class 1, Size 16" Diameter by 24" Depth EA 2 $1,096.00 $ 2,192.00 34 SP-C-01a Bands LS 1 $6,730.00 $ 6,730.00 35 SP-C-01b Insurance LS 1 $1,640.00 $ 1,640.00 Note: Mobilization shall not exceed 5% of the total bid price Total Bid - Deductive Alternate 1 $ 434,018.00 FYV Taxiway B Widening and Rehabilitation 010400-7 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010400-8 Garver Project No. 17041211 010420 - STATEMENT OF BIDDER'S QUALIFICATIONS 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. 1. Name of Bidder. See Attached 2. Permanent main office address. See Attached 3. When organized. See Attached 4. If a corporation, where incorporated. See Attached 5. How many years have been engaged in the contracting business under your present firm or trade name? See Attached 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion). See Attached 7. General character of work performed by your company. See Attached 8. Have you ever failed to complete any work awarded to you? See Attached 9. Have you ever defaulted on a Contract?See Attached If so, where and why? 10. Have you ever been fined or had your license suspended by a Contractor's Licensing Board? If so, where and why? See Attached 11. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. See Attached 12. List your major equipment available for this Contract. See Attached 13. Experience in construction work similar in importance to this project. See Attached 14. Background and experience of the principal members of your organization, including the officers. See Attached 15. Background and experience of the Master Electrician(s) licensed in the state of Arkansas (issued by the Arkansas Board of Electrical Examiners) who have proper skills in supervising, performing, and maintaining the electrical work. See Attached Provide Master Electrician(s) licenses for the qualified electrical supervisor(s) for supervising the 5 kV airfield lighting work and provide Journeyman(s) licenses for those that will assist in the work. Provide certifications and qualifications of each proposed 5 kV cable splicer, with minimum (3) years continuous experience in terminating/splicing medium voltage cables. 16. Credit available: $ See Attached 17. Give Bank reference: See Attached 18. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Owner? See Attached FYV Taxiway B Widening and Rehabilitation 010420-1 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010420-2 Garver Project No. 17041211 19. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Owner, in verification of the recitals comprising this statement of Bidder's Qualifications. 20. The Bidder shall provide a brief description of any litigation or administrative proceeding of the following types, either pending or concluded within the preceding year, to which the Bidder (and the ultimate controlling person, if different from the Bidder) or any of its directors or executive officers was a party or of which the property of any such person is or was the subject; the names of the parties and the court or agency in which such litigation or proceeding is or was pending shall be given: (a) Administrative or judicial proceedings of any state federal agency or authority concerning environmental violations; (b) Proceedings which may have a material effect upon the solvency of the ultimate holding company, including but not necessarily limited to, bankruptcy and receivership; and (c) Criminal proceedings. Dated at ( ( _. b''C> 14- this V qT-(4day of Ttn)' , 20_1 t . By Z_._� Signature `;jr ticxr wA Print Name and Title STATE OF ik4115 __ ) } SS. COUNTY OF Waep `- Li,2 51 EPME681 __ ___ being duly sworn deposes and says that he is o_ f �ae_n��11_mock _ Cbyj firue 6n of NWA (Name of Organization) and that the answers to the foregoing questions and all st tements therein contained are true and correct. SUBSCRIBED AND SWORN TO BEFORE ME this ...,,...,Z�'t't� da #� tary Public) My Commission Expires: R4ber Not�r�� Dubuc. FYV Taxiway B Widening and Rehabilitation 010420-3 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010420-4 Garver Project No. 17041211 AIA G703 Contractor's Qualification Statement SUBMITTED TO: CITY OF FAYETTEVILLE�� J SUBMITTED BY: STEPHEN SMITH, CEO NAME: BENCHMARK CONSTRUCTION OF NWA, INC. ADDRESS: 333 WEST POPLAR ST, STE `A', FAYETTEVILLE, AR 72703 PRINCIPAL OFFICE: ABOVE (XX) Corporation NAME OF PROJECT: TAXIWAY B WIDENING AND REHAB § 1. ORGANIZATION § 1.1 How many years has your organization been in business as a Contractor? 39 Years § 1.2 How many years has your organization been in business under its present business name? 12 years § 1.2.1 Linder what other or former names has your organization operated? Marinoni Construction Company, Inc. § 1.3 If your organization is a corporation, answer the following: § 1.3.1 Date of incorporation: June 1976 § 1.3.2 State of incorporation: Arkansas § 1.3.3 President's name: Roger Ross § 1.3.4 Ceo name: Stephen Smith § 1.4 If your organization is a partnership, answer the following: § 1.4.1 Date of organization: Not Applicable § 1.4.2 Type of partnership (if applicable): § 1.5 If your organization is individually owned, answer the following: § 1.5.1 Date of organization: June 1976 § 1.5.2 Name of Owners: Stephen Smith, Roger Ross § 1.6 If the form of your organization is other than those listed above, describe it and name the principals: NA § 2. LICENSING 1 § 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable. Jurisdictions: Arkansas. LICENSE NUMBER: 003350051t Trade Categories: General Construction of Commercial, Industrial and Institutional Projects with unlimited bidding capacity. § 2.2 List jurisdictions in which your organization's partnership or trade name is filed. Arkansas Secretary of State § 3. EXPERIENCE § 3.1 List the categories of work that your organization normally performs with its own forces. Site Work, Dirt Work, Concrete, Framing, Masonry, Supervision, Rough and Finish Carpentry, Specialties §3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details) § 3.2.1 Has your organization ever failed to complete any work awarded to it?: No § 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No § 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No § 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? No 3.4 Projects Completed in the last 7 Years: Northwest Arkansas Regional Airport —Rental Fleet Maintenance Facility and Car Wash Dale Scarbrough, WDD Architects (479-442-6681) City of Rogers Veteran's Park Concessions/Maintenance Buildings Jim Swearingen Architect, Crafton Tull and Associates (479-636-4838) City of Fayetteville Compost Facility Lynn Hyke(479-466-7589) Gravette Middle School Annex David Swearingen, Crofton Tull and Associates Architect (479-636-4838) University of Arkansas —Davis Hall Historical Renovation/Addition. LEED Certified. Rob Sharp Architect (479-442-0229) Lincoln Athletic Complex (Football field, field house, track, concession/restroom building) Lewis Elliott Architects, Mary Ann Spears, Supt of Schools (479-824-7310) City of Springdale —Shiloh Restroom/Basement Remodel Don Mobley Architect (479-466-1746) Highlands Oncology Cancer Treatement Facilities—Crafton Tull and Assoc Architects. Wes Burgess Architect (479-878-2452) Kathey Parker, Owner (479-587-1700) City of Fayetteville Water/Sewer Operation Improvements. Lynn Hyke 2 Starlight Skate Rink Renovation Jim Key Architect (479-444-6066) SourceGas NWA Headquarters— Polk Stanley and Assoc, Craig Curzon Architect (479-444-0473) American Electric and Power/Swepco Office/Warehouse Addition A.FHJ Architects (Zed Johnson, Retired) University of Arkansas—Brough Commons Dining Hall and Kitchen, Harrison French Architects, Lance Weatherton, Architect (479-273-7780) JFS Fabric Store and Ulta Beauty Supply —Larry Ogrinc (fo�rinr "e::dcEr.com) , Owner Rep for Developers Diversified. University of Arkansas Harmon Parking Garage Renovations Polk Stanley and Assoc,Craig Curzon Architect (479-444-0473). Jim Beatty Engineer. Sequoyah Maison Condominiums —Rob Sharp Architect (442-0229) Tyson Research Farm Broiler Houses/Operations Facility —Chris Hall Bank of Fayetteville Renovations Bob King, President (479-444-4444) Harvey Dowell Concrete Bridge Renovations McGoodwing Williams and Yates. Brad Hammond Decatur School District FEV1A Storm Shelter/Gymnasium—Jim Mayer Architect (479-246-0055) City of Fayetteville Transfer Station. LEED Certified —Brad Hammond at Mcgoodwin, Williams and Yates Ft Smith Airport Taxiway Paving —Brian Mauer, Engineer Boulder Ridge Fellowship Bible Church —Jack Murray (479-790-2854) First Western Bank Renovations --Landon Taylor (479-878-3480) Cox Communications Head End and MTC Facilities --Patterson Dewar Engineers Mark Wichelt (770-453-1464) § 3.4.1 State total worth of work in progress and under contract: Work in Progress: $4.7 million Work under contract: Many projects are in negotiation and not under contract terms at this time. § 3.5.1 State average annual amount of construction work performed during the past five years: $6 million § 3.6 List the construction experience and present commitments of the key individuals of your 3 organization. Stephen Smith, owner, 34 years experience in commercial/industrial construction Roger Ross, owner, 31 years experience in commerciallindustrial construction Chuck Ketcher, Supt, 26 years experience in commerciallindustrial construction Rick Vasquez, Foreman, 25 years experience Armando Vasquez, Foreman, 16 years experience Roberto Sanchez, Foreman, 30 years experience Thomas Sargent, Foreman, 25 years experience The remaining personnel with an average of 12 years working in our company consist of the rest of the construction team. All of our personnel carry skills to self -perform projects that allow schedules and budgets to be met. Simply stated, we are not a broker contractor. Note: Our construction team, from the owners down to laborers, are 100 percent committed to satisfying each client. The ownership is not involved with any outside investments (ie developing etc..) that would distract our commitment to serving our clients!! The ownership also takes an active role in the projects that we build. Project management/Supervision is handled by the ownership, therefore a vested interest in client satisfaction is our objective. § 4. REFERENCES § 4.1 Trade References: Brown Hiller Clark Insurance, Scott Clark, 452-4000 Tune Concrete 442.8251, Dennis Tune, 479-442-8251 Darragh Company, Ronnie McDaniel, 479.651-6800 Meeks Lumber Company, Tom Hamaker, 479-442-2351 Architects and Engineers: Have worked with all major firms in the NWA area over the last 33 years. § 4.2 Bank References: Bank of Fayetteville (Bob King VP, MaryBeth Brooks President) 479-444-4444 § 4.3 Surety: §4.3.1 Name of bonding company: Westfield Insurance Company § 4.3.2 Name and address of agent: 4 Brown Hiller Clark 5500 Euper Lane Ft Smith, Ar 72913 Scott Clark 479-452-4000 �;?# TJf-° § 6. SIGNATURE 1/>t afire § 6.1 Dated at this I�Wday of, i�ar�$i9 Name of Organization: Benchmark Construction of NWA, Inc. By: ,'*,Af m& Stephen Smith Title: CEO 4 Page Intentionally Left Blank 010440 - LIST OF PROPOSED SUBCONTRACTORS 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. If the responses below do not clearly indicate that the contract goal for DBE participation has been achieved, documentation shall be attached to clearly demonstrate to the satisfaction of the Owner that a Good Faith Effort has been made as defined and described in Appendix A of 49 CFR Part 26. Firms qualified as a DBE for this project shall be certified by the Arkansas DOT. Firms qualified as a small business enterprise (SBE) shall be certified by the US Small Business Administration or the Arkansas Economic Development Commission. For Annual Gross Receipts: • Enter 1 for Less than $1 Million • Enter 2 for More than $1 Million, Less than $5 Million • Enter 3 for More than $5 Million, Less than $10 Million • Enter 4 for More than $10 Million, Less than $15 Million • Enter 5 for More than $15 Million Type of Work: ...../.'9:5. Subcontractor's Name:... .....a.......4�Z.�--r !f.., 1T..................................................... le Arkansas License No./Date of License Application:..U�J�. Yam` 7�• � ....................................... Address:.....1. ?. ?.......�/.�l.I.eIJ"...�x .............. ��.!%1a-46..1- .....6.. ?,,. ........... DBE: Yes /circle one) Contract Amount: ............................................................................................... SBE: Yes //N-o--�bircle one)) �y DateFirm Established:....1...<..4 1.............................................. .............................................................. Annual Gro�Receipts (enter the ra ge o ly):..................................................................... orvorK: ... sue. -. � .. :.. ................................................................................... Subcon actor's Na e: — C1� ��... f/Yt c tirt�4 ........... .. Arkan s L' ens No /Date of Lic e Appl' ati n:... oz>.. .... b.q. .••••......••••......................... Addrs:..... 2hG....... a ..... .......... ........ ..`e............ DBEYes / cle ne) Co tract o t:......................................................................................... SB : Yes 0ircl o e) DateFir Established:..... Ea............................................................................................................. Annual Gross Receipts (en er t range only): ..... . ...........I.................................................................... FYV Taxiway B Widening and Rehabilitation 010440-1 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010440-2 Garver Project No. 17041211 Type of Work: __ A/�....................................................................................................... Subcontractor's Name: ..�—u'5 ---------------- Arkansas License No. 8}a0»ofLicense Application: '47-1. -------------� Address: ........ ^0. D-- .....---- —�^���1�����»^)f' —'7;? DBE: Yes ono) Contract Amount-------------------------------' SBE: Yea Ocircleune> �� DateFirm Established �—u��:����................................................................................................................ Annual Gross Receipts (enter the range only):—°.;2-.................................................................................... Work:Type of �� —. ����=��~,����!�����--------------------------------' Suboon�auto/oNama� —�~'=m���J--'�� x�'_ _�� _______________.. Arkansas License No. /DatonfLicense Application: '/������/ �2�—���/l�� --------- / ��`/v/'� F ^�/A�~ � .�B^. DBE: Yes /�l»�nncloone) Contract Amount: SBE� �ad)No(circle one) /�� DateFirm Established: —./����z—��............................................................................................................... Bidder (General Contractor): — --. ......... � r Arkansas License No. 8]atoofLicense Application: —'%�!C.7r>p ^� ....................................... Address: ... --.—.--177 . b��^t—--.��~�'���� DBE: Yea one) SBE Yes /Ocincleone) �� Date Firm Established: --'^—�'��*s------------------------------------. Annual GRaoeipts( the on|y):... S...................................................................................... By: ..... .------------------------------------- Title: --. C°��'---------------------------------------------' *Signature must be the same as on the Proposal form. Notes: (1) This form must be completed and submitted with Good Faith Effort documentation provided in the sealed bid documents for the bid to be considered responsive at the time of the bid opening. (2) A contractor's license from the State of Arkansas Contractor's Licensing Board is not required at the time of bid; hoxvevar, no contractor shall submit m bid under this prior to submitting application for Ucenoure. The City shall not execute any construction contract unless and until the aunoeeafu| bidder and associated subcontractors for the project furnishes anappropriate license issued bythe board. (3) The Bidder shall supply a copy of IRS Form W9, Request for Taxpayer Identification Number (TIN) and Certification with the bid. FYVTaxiway BWidening and Rehabilitation 010440'3 Garver Project No.17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010440-4 Garver Project No. 17041211 010460 — DBE PARTICIPATION REPORTING Disadvantaged Business Enterprise (DBE) Utilization The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): ❑ The bidder/offeror is committed to a minimum 5.81% DBE utilization on this contract. The bidder/offeror (if unable to meet the DBE goal of 5.81%) is committed to a minimum of `D_ % utilization on this contract and submits documentation demonstrating good faith efforts. Name of bidder/offeror's firm: �'� or-,217110f-r By: (Signature) (Title) FYV Taxiway B Widening and Rehabilitation 010460-1 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010460-2 Garver Project No. 17041211 Complete the following for each DBE Firm to be used on the project. Name of Bidder/Offeror's Firm: I Name of DBE Firm - Address: City, State, Zip: Telephone(s): 6MAA Please indicated the DBE gender: Please indicate the DBE ethnicity: ❑ Black American ❑ Asian Pacific American ❑ Men Women ❑ Native American ❑ 5ubcont, Asian American ❑ Hispanic American ❑ Non -Minority ❑ Other Description of Work to be performed by DBE firm: The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated dollar value of this work is $ Affirmation: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated value as stated above. By: (DBE Signature) (Title) If the bidder/offeror does not receive award of the prime contract, any and all representation in this Letter of Intent and Affirmation shall be null and void. (Submit this pa_pe for each DBE subcontractor.) FYV Taxiway B Widening and Rehabilitation 010460-3 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010460-4 Garver Project No. 17041211 Schedule of DBE Unavailability Complete the following schedule if DBE goal is not met. Include DBE contractors that were contacted but unable to complete work on the project. (Name of Prime Contractor) Name of DBE Contractor I Contact Person I Description of Work to be Contact Number performed by DBE firm Reason Unavailable j � I � __ _..._.__�_ I ' 1 t � I The undersigned certifies that the above DBE(s) was/were contacted, in good faith, and the said DBE(s) was/were unable to submit an acceptable responsive bid. Failure to fill out DBE forms is a ground for rejection of the bid. The making of a material misrepresentation is a ground for consideration for disqualif' ion. (Signature) 412 -E� z�> (Title) (Date) FYV Taxiway B Widening and Rehabilitation 010460-5 Garver Project No. 17041121 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010460-6 Garver Project No. 17041211 010470 BIDDER CERTIFICATIONS BUY AMERICAN CERTIFICATION The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the Buy America certification (below) with all bids or offers on AIP funded projects. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS (Non -building construction projects, equipment acquisition projects) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". *Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101 (a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. FYV Taxiway B Widening and Rehabilitation 010470-1 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010470-2 Garver Project No. 17041211 Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non -domestic products in their entirety) b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non -domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non -domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. 1- 2 4 — I _q Date Signature Company Name Title FYV Taxiway B Widening and Rehabilitation 010470-3 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010470-4 Garver Project No. 17041211 CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The bidder must complete the following two certification statements. The bidder must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following the applicable response. The bidder agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1) The bidder represents that it is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The applicant represents that it is not �) a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note: If a bidder is unable to certify above, the bidder is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The bidder therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Certification - The information above is true and complete to the best of my knowledge and belief. Name and Title of Signer (Please Type) lk Signature Date FYV Taxiway B Widening and Rehabilitation 010470-5 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010470-6 Garver Project No. 17041211 CERTIFICATION OF NONSEGREGATED FACILITIES The federally -assisted construction contractor certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The federally -assisted construction contractor certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its 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 directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally -assisted construction contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it 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 it will retain such certifications in his files. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES This Certification of Non -segregated Facilities shall be submitted prior to the award of the construction contract. 2. The awarded Contractor 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. Certification - The information above is true and complete to the best of my knowledge and belief. Name and Title of Signer (Please Type) 2_`(_- IDS' Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. FYV Taxiway B Widening and Rehabilitation 010470-7 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010470-8 Garver Project No. 17041211 010480 - BIDDER'S CHECKLIST OF REQUIRED ITEMS This Bidder's Checklist is provided to ensure all required forms are completed and returned as part of the bid submission. All forms must be included as indicated for a bid to be considered a complete, responsive bid. Appropriate signatures and date are required on each document. If an item is missing, the bid may be declared unresponsive and therefore rejected. This sheet will serve as the cover sheet for the bid submission. Spec. Description Section Acknowledgement of All Addenda Bid contains the following forms: 010200 1. Insurance Coverages (Current Auto and Liability Insurance) 010300 2. Bid Bond 010400 3. Proposal (including Unit Price Schedule) 010420 4. Statement of Bidder's Qualifications 010440 5. List of Proposed Subcontractors 010460 6. DBE Participation Reporting 010470 7. Bidder Certification Forms *Check when filled out, signed, and included with submission of bid packet. Completed* Within ten (10) days after Notice of Award: Bidder acknowledges that within ten (10) days after Notice of Award, Successful Contractor is required to complete the following before execution and award of the contract: 010600 1. Contract (all pages and supporting documents) 010700 2. Performance Bond 010720 3. Payment Bond 010800 4. Completed Certificates of Insurance Prior to Construction: Contractor required to submit Construction Schedule and SPCD before construction begins. Seal (if incorporated) Bidder Name:,��JCG?, Address: City, State, Zip Code: 2a 7V,2 Contractor Number. . _ ._._. t1 1_6 _ ------------ - Contact Name: Title: C IF_ -M - Contact Number Contact Email: Signature of Authorized Agent for Bidder: Date: -- FYV Taxiway B Widening and Rehabilitation 010480-1 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010480-2 Garver Project No. 17041211 010600 - CONTRACT THIS AGREEMENT made this day of 20 , by and between Benchmark Construction of NWA, Inc. a Corporation organized and existing under the laws of the State of Arkansas hereinafter called the "Contractor", and City of Fayetteville, hereinafter called the "Owner". WITNESSETH: That the Contractor and the Owner for the consideration stated herein mutually agree as follows: ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, including utility and transportation services and perform and complete all work required for the construction of FYV Taxiway B Widening and Rehabilitation in strict accordance with the Contract Documents. ARTICLE 2. The Contract Price. The Owner will pay the Contractor, because of his performance of the Contract, for the total quantities of work performed at the lump sum and unit prices stipulated in the Proposal for the Base Bid and Deductive Alternate (strikethrough if applicable), subject to additions and deductions as provided in the SPECIAL PROVISIONS. Changes, modifications, or amendments in scope, price, or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, or fees. ARTICLE 3. Contract Time. The Contractor agrees to begin work within ten (10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work for the Base Bid within one hundred twenty (120) consecutive calendar days thereafter(except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). Should the Base Bid & Deductive Alternative be awarded, the contract time will be reduced to ninety (90) consecutive calendar days (except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). If the Contractor shall fail to complete the work within the time specified, he and his Surety shall be liable for payment to the Owner, as liquidated damages ascertained and agreed, and not in the nature of a penalty, the amount specified in SPECIAL PROVISIONS of these Contract Documents for each day of delay. To the extent sufficient in amount, liquidated damages shall be deducted from the payments to be made under this Contract. ARTICLE 4. Contract. The executed Contract Documents shall consist of the following: a. Executed Contract b. Addenda (if any) c. Advertisement for Bids d. Instructions to Bidders e. Proposal f. Statement of Bidder's Qualifications g. List of Proposed Subcontractors h. Performance and Payment Bonds i. General Provisions j. Special Provisions k. Technical Specifications I. Drawings m. Certificates of Insurance and Insurance Policies FYV Airfield Pavement Marking Rehabilitation 010600-1 17041214 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010600-2 17041214 This Contract together with other Documents enumerated in this Article 4, which said other Documents are as fully a part of the Contract Documents as if hereto attached or herein repeated, form the Contract between the parties hereto. In the event that any provisions in any component part of this Contract conflicts with any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final. ARTICLE 5. Surety. The Surety on the Performance and Payment Bonds shall be a surety company of financial resources satisfactory to the Owner, authorized to do business in the State of the Project, and shall comply with applicable state laws. ARTICLE 6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. ARTICLE 7. Jurisdiction. Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in Four (4) counterparts, each of which shall be considered an original on the day and year first written. Attest. Signature Print Name Attest: Signature Print Name Contractor: AF—oz- VIXA k 4M?;190GZtiJPS By: f� .�— Signature Print Name and Title 4t Address Owner: City of Fayetteville By: Signature Print Name and Title Address FYV Taxiway B Widening and Rehabilitation 010600-3 17041214 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010600-4 17041214 Bond #9878365 010700 - PERFORMANCE BOND NOTIFICATION The Surety's obligation under this Bond shall arise after: II II I I II I II I I II I I I II II II II I I II II Doc ID: 018258300010 Type: LIE Kind: PERFORMANCE BOND Recorded: 10/15/2018 at 02:43:02 PM Fee Amt: $60.00 Page i of 10 Washington County, AR Kyle Sylvester Circuit Clerk FileB035-00000604 1.1 The Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Default. Such notice shall indicate that the Owner is requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor's performance. Unless the Owner agrees otherwise, any conference requested under this Paragraph shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor, and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; 1.2 The Owner declares a Default, terminates the Construction Contract and notifies the S u rety. Notice to the Surety, the Owner, or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Failure on the part of the Owner to comply with the notice requirement shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. 2. SURETY'S ACTIONS When the Owner has satisfied the conditions of Paragraph 1, the Surety shall promptly and at the Surety's expense take one of the following actions: 2.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; 2.2 Undertake to perform and complete the Construction Contract itself, through its mutually acceptable agents or independent contractors; 2.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 3 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or 2.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 2.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or 2.4.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. FYV Taxiway B Widening and Rehabilitation 010700-1 Garver Project No. 17041211 3. SURETY OBLIGATIONS If the Surety elects to act under Paragraph 2.1, 2.2, or 2.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication for: 3.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 3.2 additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 2; and 3.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 4. SURETY DEFAULT If the Surety does not proceed as provided in Paragraph 2 with reasonable promptness, the Surety shall be deemed to be in default on this Bond ten days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Paragraph 2.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 5. PROCEEDINGS Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be applicable. 6. STATUTORY REQUIREMENTS When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereto and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. FYV Taxiway B Widening and Rehabilitation 010700-2 Garver Project No. 17041211 7. PERFORMANCE BOND CERTIFICATE KNOW ALL MEN BY THESE PRESENTS: THAT WE, Benchmark Construction of NWA, INC. as Principal, hereinafter called "Principal", and Westfield Insurance„ Company_ P. O. Box 5001 Westfield Center , State of Ohio , as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", in the amount of: One Million Six Hundred Ninety Four Thousand Two Hundred Ninety Two and no/100ths Dollars ($ 1,694�292.00 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 , 20 , a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "FYV Taxiway B Widening and Rehabilitation" NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract, including without limitation the maintenance warranty thereof, 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. This bond is executed pursuant to the terms of Arkansas Code Annotated §§ 18-44-501 et. Seq., as amended. Executed on this day of 120 FYV Taxiway B Widening and Rehabilitation 010700-3 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010700-4 Garver Project No. 17041211 SEAL Principal: Benchmark Construction of NWA, Inc. By: Signature Print Name and Title SEAL Surety: W�fgyield Insurance Company - Signature Scott R. Clark, Attornew-In-Fact Attorney -in -Fact - Print Name and Title P. O. Box 5001 Westfield Center, OH 44251-5001 Surety Address forgiving Notices 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. FYV Taxiway B Widening and Rehabilitation 010700-5 Garver Project No. 17041211 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 12/08/17, FOR ANY PERSON OR PERSONS NAMED BELOW, General POWER NO. 0320052 04 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, SCOTT WHITTENBERG, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred In its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-gin-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney (s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and,all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any Fond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 08th day of DECEMBER A.D., 2017 . a Sara ,rnrrpr'yr. CorSpalsora .nL./N;s' ~�M WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY Affixedji x .w � vim: =o;'...........4: �. OHIO FARMERS INSURANCE COMPANY M: SEAL.SEAL m zG. .ix •„nor =`y : .0 _ i k ,•f 'rrrrrrrlrr�f��rr.•••• By: State of Ohio Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 08th day of DECEMBER A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal Affixed �='•" `r r • David A. Kotnik, Attorney at Law, Notary Public State of Ohio tp v My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: ...Te o l= °. I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereo! I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of ��v; •� Says r0. -�;]"- � 'SEAL Ov �. i A 1 Secretary Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) Bond #9878365 010720 - PAYMENT BOND NOTIFICATION The Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in the Bond Certificate) of claims, demands, liens, or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, and tendered defense of such claims, demands, liens, or suits to the Contractor and the Surety. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. When the Owner has made notification, the Surety shall promptly and at the Surety's expense defend, indemnify, and hold harmless the Owner against a duly tendered claim, demand, lien, or suit. The Surety's obligations to a Claimant under this Bond shall arise after Claimants have furnished a written notice of non-payment to the Contractor, Surety, or Owner, stating with substantial accuracy the amount claimed and the name of the party to whom the materials, labor, or equipment was furnished or supplied. It is sufficient if a notice of non-payment is given to the Contractor by the Owner. 2. SURETY'S OBLIGATION When a Claimant has satisfied the conditions of Paragraph 1, the Surety shall promptly and at the Surety's expense take the following actions: 2.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and 2.2 Pay or arrange for payment of any undisputed amounts. 2.3 The Surety's failure to discharge its obligations under Paragraph 2.1 or 2.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Paragraph 2.1 or 2.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. 3. DEDICATION OF BOND FUNDS Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. FYV Taxiway B Widening and Rehabilitation 010720-1 Garver Project No. 17041211 4. OTHER OBLIGATIONS The Surety shall not be liable to the Owner, Claimants, or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on behalf of Claimants, or otherwise have any obligations to Claimants under this Bond. 5. PROCEEDINGS No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 6. STATUTORY REQUIREMENTS When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereto and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. FYV Taxiway B Widening and Rehabilitation 010720-2 Garver Project No. 17041211 7. PAYMENT BOND CERTIFICATE KNOW ALL MEN BY THESE PRESENTS: THAT WE, Benchmark Construction of NWA, INC. as Principal, hereinafter called "Principal", and Westfield Insurance„ Company_ P. O. Box 5001 Westfield Center , State of Ohio , as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", in the amount of: One Million Six Hundred Ninety Four Thousand Two Hundred Ninety Two and no/100ths Dollars ($ 1,694�292.00 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 , 20 , a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "FYV Taxiway B Widening and Rehabilitation" 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. This bond is executed pursuant to the terms of Arkansas Code Annotated §§ 18-44-501 et. Seq., as amended. Executed on this day of , 20 FYV Taxiway B Widening and Rehabilitation 010720-3 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation 010720-4 Garver Project No. 17041211 SEAL SEAL NOTES Principal: Benchmark Construction of NWA, Inc. By: _ signature Print Name and Title Surety: field Insurance Company Y: i 7j Atrorney in -Fact -Signature Scott R. Clark, Attu rrn v - i n - I : a Attomey-in-Fact - Print Name and Title P. O. Box 5001 Westfield Center, OH 44251-5001 Surety Address forgiving Notices 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. FYV Taxiway B Widening and Rehabilitation 010720-5 Garver Project No. 17041211 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 12/08117, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 0320052 04 Power Westfield Insurance Co. of Attorney Westfield rational Insurance Co. CERTIFIED COPY Ohio Farmers insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, SCOTT WHITTENBERG, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorney(s)-i n- Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 08th day of DECEMBER A.D., 2017 . �, a...nwo .4, ,..•+u+....•r. ,,,•..... r.rrrrrr CSealsfe�►�'�uA�'yG�� ����t'hr''; Ill WESTFIELD INSURANCE COMPANY ' ��''' ""' ;5 "i, • •:'' WESTFIELD NATIONAL INSURANCE COMPANY Affixed�v .ey •' llo;= -��.' �� �;� OHIO FARMERS INSURANCE COMPANY g ' SEA •y - n SEAL _t� = _'—•:3c IV 4, State of Ohio"""" k '��..""""" ByDennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 08th day of DECEMBER A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal aa,...; A rr,,,,.,. Affixed O Zr� • David A. Kotnik, Attorney at Law, Notary Public State of Ohio ? is My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: 1% q ?�.- TC.ofo I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of „...'.,r....... �.....r....,, r�yuA�e �ti = 1ilS mew SEAL =M ` �_: 11348 i Secretary Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) AC 150/5370-10G 7/21/2014 GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-1 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-2 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-3 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-4 AIRPORT IMPROVEMENT PROGRAM (AIP). A grant-in-aid program, administered by the Federal Aviation Administration (FAA). 10-5 AIR OPERATIONS AREA (AOA). For the purpose of these specifications, the term air operations area (AOA) 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. 10-6 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-7 ASTM INTERNATIONAL (ASTM). Formerly known as the American Society for Testing and Materials (ASTM). 10-8 AWARD. The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-9 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to bidders. FYV Taxiway B Widening and Rehabilitation GP-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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 CONTRACTOR'S LABORATORY. The Contractor's quality control organization in accordance with the Contractor Quality Control Program. 10-18 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 10-19 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-20 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering observation of the contract work and acting directly or through an authorized representative. 10-21 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-22 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. 10-23 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 or her duly authorized representative. 10-24 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-25 FORCE ACCOUNT. Force account work is planning, engineering, or construction work done by the Sponsor's employees. 10-26 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary observations and/or observation of tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-27 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or FYV Taxiway B Widening and Rehabilitation GP-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 cited standard that may be pertinent to such specific reference. 10-28 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as "Engineer's Laboratory" or "quality assurance laboratory." 10-29 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. 10-30 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% of the total amount of the award contract. All other items shall be considered minor contract items. 10-31 MATERIALS. Any substance specified for use in the construction of the contract work. 10-32 NOTICE TO PROCEED (NTP). 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. 10-33 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. 10-34 PASSENGER FACILITY CHARGE (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." 10-35 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-36 PAYMENT BOND. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-37 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-38 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. 10-39 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-40 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. 10-41 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner. 10-42 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-43 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. FYV Taxiway B Widening and Rehabilitation GP-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 10-44 SPONSOR. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an AIP grant for the airport. 10-45 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. 10-46 SUBGRADE. The soil that forms the pavement foundation. 10-47 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. 10-48 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%, 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. 10-49 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-50 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, aircraft parking areas, and terminal areas. 10-51 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. 10-52 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 six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. END OF SECTION 10 FYV Taxiway B Widening and Rehabilitation GP-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-1 ADVERTISEMENT (NOTICE TO BIDDERS). (See Page 010000-1) 20-2 QUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his or 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 bidder'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 or 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 the bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he or she 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 specified above. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-3 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-4 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective bidder. c. Documented record of Contractor default under previous contracts with the Owner d. Documented record of unsatisfactory work on previous contracts with the Owner. 20-5 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 FYV Taxiway B Widening and Rehabilitation GP-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 quantities may be increased or decreased as hereinafter provided in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-6 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. Bidders shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which the bidder may make or obtain from his or her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-7 PREPARATION OF PROPOSAL. The bidder shall submit his or 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. If so requested, the bidder shall state the price (written in ink or typed) both in words and numerals for which they propose to do for each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or 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 or her authority to do so and that the signature is binding upon the firm or corporation. 20-8 RESPONSIVE AND RESPONSIBLE BIDDER. A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid. It is the Sponsor's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR § 18.36(b)(8). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-9 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 that 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. FYV Taxiway B Widening and Rehabilitation GP-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-10 BID GUARANTEE. Each separate proposal shall be accompanied by a certified cashier's check from a bank doing business in the State of Arkansas, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-11 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 or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-12 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 fax or email 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. 20-13 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. 20-14 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 FYV Taxiway B Widening and Rehabilitation GP-7 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-1 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection 20-14 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. 30-2 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made withiR 7 lef the date o Gifie.d fer p blir.ly a pesalo �eaR da,r day -ate the time referenced in the Advertisement and the Proposal, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-3 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 30-07 titled APPROVAL OF CONTRACT of this section. 30-4 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 specified in the subsection 30-01 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 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-5 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 that 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. 30-6 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section, within the time specified in the proposal.15 days from the date mailed or FYV Taxiway B Widening and Rehabilitation GP-9 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 30-7 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. 30-8 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 day period specified in the subsection 30-06 titled 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 30 FYV Taxiway B Widening and Rehabilitation GP-10 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 40 SCOPE OF WORK 40-1 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. 40-2 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% (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25% 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 that 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% 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. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 40-3 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 non -performed, 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 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-4 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, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA 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 defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10. FYV Taxiway B Widening and Rehabilitation GP-11 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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. 40-5 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. a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 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 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b. With respect to his or her own operations and the operations of all 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. c. 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 be responsible for the repair of any damage caused by the Contractor's equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. 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. 40-6 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 40-07 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 used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-7 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, the Contractor may at his or 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, FYV Taxiway B Widening and Rehabilitation GP-12 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for the Contractor's 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., the Contractor 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 or 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 use of such material 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 or her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-8 FINAL CLEANUP. 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. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner. END OF SECTION 40 FYV Taxiway B Widening and Rehabilitation GP-13 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 50 CONTROL OF WORK 50-1 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. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-2 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross -sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that 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 sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion, needed. Changes in the contract price shall be covered by contract 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 responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's execution 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, after consultation with the FAA, to use sound engineering judgment in his or 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. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-3 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 advisory circulars (ACs); FYV Taxiway B Widening and Rehabilitation GP-15 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. 50-4 COOPERATION OF CONTRACTOR. The Contractor will be supplied with three (3) copies each of the plans and specifications. The Contractor 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 shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or 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 or her authorized representative. 50-5 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 the 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 or 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 because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or 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. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-6 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either their own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or their employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications. The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Survey(s) and notes shall be provided in the following format(s): MS Excel and AutoCAD. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those FYV Taxiway B Widening and Rehabilitation GP-16 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: a. Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100-foot (30-m) stations c. Drainage Swales slope stakes and flow line blue tops at 50-foot (15-m) stations Subgrade blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station d. Roadways — minimum three (3) per station Base Course blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100-foot (30-m) stations. b. Between Lifts at 25-foot (7.5-m) stations for the following section locations: (1) Runways — each paving lane width (2) Taxiways — each paving lane width (3) Holding areas — each paving lane width c. After finish paving operations at 50-foot (15-m) stations: (1) All paved areas — Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50-foot (15-m) stations and at all break points with maximum of 50-foot (15-m) offsets. e. Fence lines at 100-foot (30-m) stations minimum. f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull FYV Taxiway B Widening and Rehabilitation GP-17 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 boxes and manholes. g. Drain lines, cut stakes and alignment on 25-foot (7.5-m) stations, inlet and manholes. h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting). 1. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet (120 m) per pass (that is, paving lane). The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-7 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-8 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors are authorized to notify the Contractor or his or 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 a decision. 50-9 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless FYV Taxiway B Widening and Rehabilitation GP-18 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 otherwise determined acceptable by the Engineer as provided in the subsection 50-02 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 70- 14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the Engineer, 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 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 that 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 or her hauling equipment and shall correct such damage at his or her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. 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 50-12 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 Owner 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 execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such FYV Taxiway B Widening and Rehabilitation GP-19 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor 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 a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 FYV Taxiway B Widening and Rehabilitation GP-20 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 60 CONTROL OF MATERIALS 60-1 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used in 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 stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. The airport lighting equipment is required fn-.r th4q- r__P_.ntra;P_t -;;nd- is tP- be furnished by the Gentrar-Inair 6n aGGOrrdar Ge with }requirements P_f ti-lisrslub.sesticn: r 60-2 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, 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, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on -site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. 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 their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. FYV Taxiway B Widening and Rehabilitation GP-21 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 60-3 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: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, the Contractor 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. 60-4 PLANT INSPECTION. The Engineer or his or 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 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 the Engineer 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 that 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. 60-5 ENGINEER'S FIELD OFFICE. An Engineer's field office is not required. 60-6 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 FYV Taxiway B Widening and Rehabilitation GP-22 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-7 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. 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 use in the work. 60-8 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner - furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 FYV Taxiway B Widening and Rehabilitation GP-23 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or 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 the Contractor or the Contractor's employees. 70-2 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 execution of the work. All required City permits shall be obtained by the Contractor,- however, fees associated with City issued permits will be waived. 70-3 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, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold 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 execution or after the completion of the work. 70-4 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. 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) Fayetteville — Drake Field Summer Fallen (4 79- 718- 7642) FAA Sean Stephens (479-649-2410) 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 to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-5 FEDERAL AID PARTICIPATION. For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. FYV Taxiway B Widening and Rehabilitation GP-25 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, 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 USC, the rules and regulations implementing the USC, 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. 70-6 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or 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 that are unsanitary, hazardous, or dangerous to his or her health or safety. 70-7 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his or her operations and those of his or 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 or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 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 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-8 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. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOAs) shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced as detailed in the Construction Safety and Phasing Plan not mere than rfeet apart. Barricades, warning signs, and markings shall be paid for under subsection 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. 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 advisory circular (AC) 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the Engineer. FYV Taxiway B Widening and Rehabilitation GP-26 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Open -flame type lights shall not be permitted. 70-9 USE OF EXPLOSIVES. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his or her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any director 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 non - execution thereof by the Contractor, the Contractor shall restore, at his or 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 the Contractor 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 or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his or her surety may be held until such suits, actions, or claims for injuries or damages 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 or she 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 for 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. FYV Taxiway B Widening and Rehabilitation GP-27 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described in the Construction Safety and Phasing Plan. belew: Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her expense. The Contractor shall make his or 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. Contractor shall be required to conform to safety standards contained AC 150/5370-2 (see Special Provisions). Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 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 50-14 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 non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his or 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, seeding, and sodding furnished under the 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 70-04 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 their operations to prevent the unscheduled interruption of such utility services and FYV Taxiway B Widening and Rehabilitation GP-28 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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 shown in Section 70-04. fellows: 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 the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70- 04 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 provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their 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 days' notice shall be cause for the Owner 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 hand excavation methods within 3 feet (1 m) 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, the Contractor 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 their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his or 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 by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not FYV Taxiway B Widening and Rehabilitation GP-29 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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 stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or 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. The Contractor 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 or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner 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 change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 FYV Taxiway B Widening and Rehabilitation GP-30 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 80 EXECUTION AND PROGRESS 80-1 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least twenty five (25%) percent of the total contract cost. Should the Contractor elect to assign his or 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. 80-2 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 the timeframe set forth in the proposal 4G days of the date set by the F=RgiRoo. ;n the ,.sifter REAGe to PFOG88GI but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-3 EXECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval prior to the preconstruction meeting within 10 days after the effective r'�f the—AGtTGe fF. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-4 LIMITATION OF OPERATIONS. The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. -fie FYV Taxiway B Widening and Rehabilitation GP-31 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (see Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. 80-5 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that 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, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced FYV Taxiway B Widening and Rehabilitation GP-32 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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. 80-6 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution 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 Owner, 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 or 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 Owner, 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. The Contractor 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. 80-7 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his or 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 six (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 Owner 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 FYV Taxiway B Widening and Rehabilitation GP-33 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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 50-15 titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or 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 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of the Owner'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. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period, as detailed in the Special Provisions. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-8 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 80-07 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 or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner FYV Taxiway B Widening and Rehabilitation GP-34 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 should the Contractor fail to complete the work in the time provided in their contract. �,.hzd- dp� h„+ not mere than r _]days. Construction time shall be as included in the Proposal and 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. 80-9 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his or 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 and/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 execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or 1. 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 above, the Engineer 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 execution 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 execution 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, FYV Taxiway B Widening and Rehabilitation GP-35 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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 or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. A:; Se raq6lipRept a;a FA-Atera-A.l stogypiles shall beste-rea a MiRiMUM er r_I feet from the GeRterline ef aR activey. No equipment will be allowed to park within the approach area of an active runway at any time. No equipmeRt shall be wi+hi., r , foot f „ +;„o FURwayat any +imo END OF SECTION 80 FYV Taxiway B Widening and Rehabilitation GP-36 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 90 MEASUREMENT AND PAYMENT 90-1 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his or 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 meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. The term "ton" will mean the short ton consisting of 2,000 lb (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60°F (16°C) or will be corrected to the volume at 60°F (16°C) using ASTM D1250 for asphalts or ASTM D633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. FYV Taxiway B Widening and Rehabilitation GP-37 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km). Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of 1 % of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 %. In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. FYV Taxiway B Widening and Rehabilitation GP-38 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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. 90-2 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 execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-3 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 40-02 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 or her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-4 PAYMENT FOR OMITTED ITEMS. As specified in the subsection 40-03 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 non -perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-5 PAYMENT FOR EXTRA WORK. Extra work, performed in accordance with the subsection 40-04 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. 90-6 PARTIAL PAYMENTS. Partial payments will be made to the Contractor 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 and 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 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. FYV Taxiway B Widening and Rehabilitation GP-39 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, five percent (5%) of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section. The balance (95%) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95% of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-7 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. FYV Taxiway B Widening and Rehabilitation GP-40 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or 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. 90-8 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to 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 retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-9 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection 50-15 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 the Contractor's 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 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout, 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 50-16 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. FYV Taxiway B Widening and Rehabilitation GP-41 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 90-10 CONSTRUCTION WARRANTY. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of: (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within 14 days after the discovery of any failure, defect, or damage. If. If the Contractor fails to remedy any failure, defect, or damage within 30 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 PROJECT CLOSEOUT. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor's final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. FYV Taxiway B Widening and Rehabilitation GP-42 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. �Aonif�nfi ire is rertifir�tinns fnr all items innnrnnraterd in the wort i. All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Manual. Sens irity fnr GGRMrUntien Warranty. L. Ens iinment nemmissioninn den61mentatien submitted, if required. END OF SECTION 90 FYV Taxiway B Widening and Rehabilitation GP-43 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-1 GENERAL. When the specification requires a Contractor Quality Control Program, 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 here 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, their 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 and accepted 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. Paving projects over $500,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner's representative and the FAA prior to or at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop. 100-2 DESCRIPTION OF PROGRAM. a. General description. The Contractor shall establish a Quality Control Program to perform quality control 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 that shall be reviewed and approved 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 Engineer for review and approval at least 14 calendar days before the associated work begins. The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP). The Quality Control Program shall be organized to address, as a minimum, the following items: FYV Taxiway B Widening and Rehabilitation GP-45 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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 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 is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-3 QUALITY CONTROL ORGANIZATION. The Contractor 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 used 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, as a minimum, consist of the following 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 five (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 one of the following requirements: (1) Professional Engineer with one (1) year of airport paving experience. (2) Engineer -in -training with two (2) years of airport paving experience. (3) An individual with three (3) years of highway and/or airport paving experience, 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. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years FYV Taxiway B Widening and Rehabilitation GP-46 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 of highway and/or airport paving experience. 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 two (2) hours after being notified of a problem. b. Quality control technicians. A sufficient number of quality control technicians necessary to 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 two (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 subsection 100-06. (2) Performance of all quality control tests as required by the technical specifications and subsection 100-07. (3) Performance of density tests for the Engineer when required by the technical specifications. 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 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. 100-4 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), Program Evaluation and Review Technique (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. 100-5 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (for example, 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 FYV Taxiway B Widening and Rehabilitation GP-47 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-6 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 subsection 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 used 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 used 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 used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used 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 used. 100-7 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 (for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. 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 subsection 100-08. 100-8 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections FYV Taxiway B Widening and Rehabilitation GP-48 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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; 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 terms 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. 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 (4) Proper operation of all equipment (5) Adherence to plans and technical specifications (6) Review of quality control tests (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. b. Daily test reports. The Contractor shall be responsible for establishing a system that 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 (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. 100-9 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 FYV Taxiway B Widening and Rehabilitation GP-49 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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 use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 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 here 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. i [fIlls I M ki [eP► Cole] Lyi l» /_10 [a] =111 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 or her authorized representative to the Contractor or his or 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 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 are taken. END OF SECTION 100 FYV Taxiway B Widening and Rehabilitation GP-50 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 105 MOBILIZATION 105-1 DESCRIPTION. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-1.1 POSTED NOTICES. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-2 BASIS OF MEASUREMENT AND PAYMENT. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10%. END OF SECTION 105 FYV Taxiway B Widening and Rehabilitation GP-51 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-1 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, 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. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. 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. 110-2 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: X = (XI + X2 + X3 + .. .xn) / n Where: X = Sample average of all sublot values within a lot x,, X2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (Sn) by use of the following formula: Sn = [(d,2 + d22 + d32+ ... d„2) / (n-1)]112 Where: Sn = Sample standard deviation of the number of sublot values in the set d,, d2 = Deviations of the individual sublot values x,, X2,.. from the average value X that is: d, _ (x, - X), d2 = (X2 - X) ... dn _ (Xn - X) n = Number of sublots FYV Taxiway B Widening and Rehabilitation GP-53 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula: QL =(X-L)/S„ 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 (that is, L and U), compute the Quality Indexes QL and QU by use of the following formulas: QL =(X-L)/S„ And QU=(U-X)/S„ 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 1 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 + PJ —100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit 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-1 = 96.60 A-2 = 97.55 A-3 = 99.30 A-4 = 98.35 n = 4 2. Calculate average density for the lot. X=(X1+X2+X3+...Xn)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95% density 3. Calculate the standard deviation for the lot. FYV Taxiway B Widening and Rehabilitation GP-54 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Sr, = [((96.60 - 97.95)2 + (97.55 - 97.95)2 + (99.30-97.95)2 + (98.35-97.95)2)) / (4 - 1)]1/2 Sn=[(1.82+0.16+1.82+0.16)/3]1/2 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL = (X -L) / Sn QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 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 2. Calculate the average air voids for the lot. X = (X1 + X2 + X3 ...Xn) / n X = (5.00 + 3.74 + 2.30 + 3.25) / 4 X = 3.57% 3. Calculate the standard deviation Sn for the lot. Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57-3.25)2) / (4 - 1)]1/2 Sn= [(2.04+0.03+ 1.62+0.10)/3]1/2 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 = 1.41 and n = 4. PL = 97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) QU = (U - X) / Sn Qu = (5.00 - 3.57) / 1.12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4 Pu=93 FYV Taxiway B Widening and Rehabilitation GP-55 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 8. Calculate Air Voids PWL PWL = (PL + PU) - 100 PWL = (97 + 93) - 100 = 90 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A-3 = 99.30 A-4 = 98.35 A-2 = 97.55 A-1 = 96.60 2. Use n=4 and upper 5% significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If (measurement - average) / (standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If (average - measurement) / (standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A-1, check if (97.95 - 96.60) / 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 x 1.15) = 99.63% M7 Less than (97.95 - 1.463 x 1.15) = 96.27%. FYV Taxiway B Widening and Rehabilitation GP-56 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Percent Within Limits (PLand Positive Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 1 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 1 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 1 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 1 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 1 0.0300 1 0.0281 1 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 FYV Taxiway B Widening and Rehabilitation GP-57 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Percent Negative Values of Q (QL and Qu) Within Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 1 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 1 -1.7612 -1.8053 -1.8379 1 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 1 -1.8888 -1.9520 -1.9994 1 -2.0362 END OF SECTION 110 FYV Taxiway B Widening and Rehabilitation GP-58 Garver Project No. 17041211 A. B. C SPECIAL PROVISIONS TABLE OF CONTENTS FEDERAL AVIATION ADMINISTRATION REQUIREMENTS A-01 Civil Rights - General A-02 Civil Rights - Title VI Assurance A-03 Occupational Safety and Health Act of 1970 A-04 Right to Inventions A-05 Seismic Safety A-06 Access to Records and Reports A-07 Buy American Preference A-08 Disadvantaged Business Enterprise A-09 Energy Conservation Requirements A-10 Federal Fair Labor Standards Act (Federal Minimum Wage) A-11 Trade Restriction Certification A-12 Veteran's Preference A-13 Copeland "Anti -Kickback" Act A-14 Davis -Bacon Requirements A-15 Distracted Driving A-16 Affirmative Action Requirement A-17 Equal Employment Opportunity (E.E.O.) A-18 Prohibition of Segregated Facilities A-19 Termination of Contract A-20 Procurement of Recovered Materials A-21 Debarment and Suspension A-22 Contract Workhours and Safety Standards Act Requirements A-23 Lobbying and Influencing Federal Employees A-24 Breach of Contract Terms A-25 Clean Air and Water Pollution Control A-26 Tax Delinquency and Felony Convictions STATE TERMS AND CONDITIONS B-01 General B-02 Bidding B-03 Bonding LOCAL TERMS AND CONDITIONS C-01 Contractor's Insurance C-02 Utilities C-03 Legal Holidays C-04 Clean Up C-05 Project Meetings and Coordination C-06 Liquidated Damages for Delay C-07 Care of Work C-08 Quality Assurance/Materials Testing C-09 Record Documents C-10 Contractor/Subcontractor/Supplier Legal Disputes C-11 General Guaranty C-12 Contractor's Release and Affidavit C-13 Submittals C-14 Test Borings/Subsurface Information C-15 Wage Rates FYV Taxiway B Widening and Rehabilitation SP-1 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SP-2 Garver Project No. 17041211 SECTION A — FEDERAL AVIATION ADMINISTRATION REQUIREMENTS A-01 CIVIL RIGHTS - GENERAL The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. A-02 CIVIL RIGHTS — TITLE VI ASSURANCE Title VI Solicitation Notice: The Owner, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.affi Compliance with Nondiscrimination Requirements: 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 (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will 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 will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 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 will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will 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 to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information,the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. FYV Taxiway B Widening and Rehabilitation SP-3 Garver Project No. 17041211 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities: During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of Transportation —Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); FYV Taxiway B Widening and Rehabilitation SP-4 Garver Project No. 17041211 • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). A-03 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. A-04 RIGHT TO INVENTIONS Contracts or agreements that include the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR part 401, Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the patent and inventions rights as specified within in the 37 CFR §401.14. Contractor must include this requirement in all sub -tier contracts involving experimental, developmental or research work. A-05 SEISMIC SAFETY The contractor agrees to ensure that all work performed under this contract, including work performed by subcontractors, conforms to a building code standard that provides a level of seismic safety substantially equivalent to standards established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. A-06 ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. FYV Taxiway B Widening and Rehabilitation SP-5 Garver Project No. 17041211 A-07 BUY AMERICAN PREFERENCE The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy American certification included in the contract documents with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. See Section 010470 "Bidder Certifications" for Contractor Buy American Certification. A-08 DISADVANTAGED BUSINESS ENTERPRISE The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the Owner. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Owner. This clause applies to both DBE and non -DBE subcontractors. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Owner to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. A-09 ENERGY CONSERVATION REQUIREMENTS Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201 et seq). A-10 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division FYV Taxiway B Widening and Rehabilitation SP-6 Garver Project No. 17041211 A-11 TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror — a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R.; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. FYV Taxiway B Widening and Rehabilitation SP-7 Garver Project No. 17041211 A-12 VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. A-13 COPELAND "ANTI -KICKBACK" ACT Contractor must comply with the requirements of the Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. The Contractor and each Subcontractor must submit to the Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Federal Aviation Administration. A-14 DAVIS-BACON REQUIREMENTS 1. Minimum Wages (i) 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 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) 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 Part 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 (1)(ii) 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. FYV Taxiway B Widening and Rehabilitation SP-8 Garver Project No. 17041211 (A) The contracting officer shall require that any class of laborers or mechanics, including helpers, 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: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the 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 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, 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. (C) 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. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) 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. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly 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. (iv) 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. FYV Taxiway B Widening and Rehabilitation SP-9 Garver Project No. 17041211 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 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. 3. Payrolls and basic records (i) Payrolls and basic records relating thereto shall be maintained by the contractor 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 shall 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 1(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 the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the 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 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, FYV Taxiway B Widening and Rehabilitation SP-10 Garver Project No. 17041211 or owner, as the case may be, for transmission to the Federal Aviation Administration, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (B) 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 the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i) and that such information is correct and complete; (2) 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; (3) 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. (ii) 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 (3)(ii)(B) of this section. (iii) 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. (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) 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. 4. Apprentices and Trainees (i) 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. FYV Taxiway B Widening and Rehabilitation SP-11 Garver Project No. 17041211 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 journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen 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 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, fringes 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 an 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. (ii) 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 a trainee rate that 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. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. FYV Taxiway B Widening and Rehabilitation SP-12 Garver Project No. 17041211 5. Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 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. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with the 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. 9. 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. 10. Certification of Eligibility (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) 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). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. FYV Taxiway B Widening and Rehabilitation SP-13 Garver Project No. 17041211 A-15 DISTRACTED DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. A-16 AFFIRMATIVE ACTION REQUIREMENT 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 workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade: 3.3% Goals for female participation in each trade: 6.9% These goals are applicable to all of 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 non -federally 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 60-4.3(a), and its efforts to meet the goals. 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 of the Office of Federal Contract Compliance Programs (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; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. FYV Taxiway B Widening and Rehabilitation SP-14 Garver Project No. 17041211 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Fayetteville, Washington County, Arkansas. A-17 EQUAL EMPLOYMENT OPPORTUNITY (E.E.O.) During the performance of this contract, the contractor agrees as follows: (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, sexual orientation, gender identify 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. (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. (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. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, 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. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, 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. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (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. FYV Taxiway B Widening and Rehabilitation SP-15 Garver Project No. 17041211 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 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 American, or other Spanish culture or origin regardless of race); (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 provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 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. FYV Taxiway B Widening and Rehabilitation SP-16 Garver Project No. 17041211 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 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 non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall 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 ensure 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 contractor, 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. Establish and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically 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. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. FYV Taxiway B Widening and Rehabilitation SP-17 Garver Project No. 17041211 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. 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. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendent, 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. 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. 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. 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. FYV Taxiway B Widening and Rehabilitation SP-18 Garver Project No. 17041211 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. n. Ensure that all facilities and company activities are non -segregated 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. 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 7p). 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 7p 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 non -minority. 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. FYV Taxiway B Widening and Rehabilitation SP-19 Garver Project No. 17041211 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. 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). A-18 PROHIBITION OF SEGREGATED FACILITIES (a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract. FYV Taxiway B Widening and Rehabilitation SP-20 Garver Project No. 17041211 A-19 TERMINATION OF CONTRACT Termination for Convenience: The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: a) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; b) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; c) reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and d) reasonable and substantiated expenses to the contractor directly attributable to Owner's termination action Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. Termination for Default: Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights and remedies associated with Owner termination of this contract due default of the Contractor. FYV Taxiway B Widening and Rehabilitation SP-21 Garver Project No. 17041211 A-20 PROCUREMENT OF RECOVERED MATERIALS Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use of products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: a) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or, b) The contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA -designated items is available at www.epa.gov/epawaste/conserve/tools/cpq/products/. Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if the contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. A-21 DEBARMENT AND SUSPENSION CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT: By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT: The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tire participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. FYV Taxiway B Widening and Rehabilitation SP-22 Garver Project No. 17041211 A-22 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such 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. 2. Violation; Liability for Unpaid Wages; Liquidated Damages In the event of any violation of the clause set forth in paragraph (1) of this clause, 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 (1) of this clause, 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 (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner 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 moneys 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 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 2 of this clause. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (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 (1) through (4) of this clause. A-23 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The bidder or offeror certifies by signing and submitting this bid or proposal, 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 Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an 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. FYV Taxiway B Widening and Rehabilitation SP-23 Garver Project No. 17041211 (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 Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients 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 than $10,000 and not more than $100,000 for each such failure. A-24 BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide contractor written notice that describes the nature of the breach and corrective actions the contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner's notice will identify a specific date by which the contractor must correct the breach. Owner may proceed with termination of the contract if the contractor fails to correct the breach by deadline indicated in the Owner's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. A-25 CLEAN AIR AND WATER POLLUTION CONTROL Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. FYV Taxiway B Widening and Rehabilitation SP-24 Garver Project No. 17041211 A-26 TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor shall be required to complete the certification regarding tax delinquency and felony convictions included in these contract documents. Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. FYV Taxiway B Widening and Rehabilitation SP-25 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SP-26 Garver Project No. 17041211 SECTION B — STATE TERMS AND CONDITIONS B-01 GENERAL The intent of this section is to outline the requirements set forth by the State of Arkansas; however, this section does not claim to include all State laws. All requirements set for by the State of Arkansas for bidding and construction shall be included by reference herein. If for any reason that the Federal and/or State requirements conflict with the requirements set forth in this contract, the more stringent of the requirements shall govern. B-02 BIDDING B-02.01 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 in order to submit a valid bid for work when the cost thereof is fifty thousand dollars ($50,000) or more. B-02.02 Act 159 of 1949, as amended, requires the bidder to list his mechanical, plumbing, electrical, and roofing and sheet metal subcontractors. B-03 BONDING Bonding shall be executed pursuant to the terms of Arkansas Code Annotated §§ 18-44-501 et. Seq., as amended. FYV Taxiway B Widening and Rehabilitation SP-27 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SP-28 Garver Project No. 17041211 SECTION C — LOCAL TERMS AND CONDITIONS C-01 CONTRACTOR'S INSURANCE Contractor shall obtain insurance of the types and in the amounts described below. The insurance shall be written by insurance companies and on forms acceptable to Owner. Owner and Garver, LLC shall be included as an insured under the CGL, (using ISO Additional Insured Endorsement CG 20 10 11 85 or a substitute providing equivalent coverage), and under the commercial automobile liability (using ISO Additional Insured Endorsement CA 2048 or a substitute providing equivalent coverage), and commercial umbrella, if any. This insurance, including insurance provided under the commercial umbrella, if any, shall apply as primary and non- contributory insurance with respect to any other insurance or self-insurance programs afforded to, or maintained by, Owner. C-01.1 Commercial General and Umbrella Liability Insurance: Contractor shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance, with a limit of not less than $5,000,000 each occurrence. If such CGL insurance contains a general aggregate limit, it shall apply separately to the Project. CGL insurance shall be written on ISO occurrence form CG 20 10 (11-85) (or a substitute combination of the following forms CG 20 10 (10-01) and CG 20 37 (10-01) providing equivalent coverage) and shall cover liability arising from premises, operations, independent contractors, products -completed operations, personal injury and advertising injury and liability assumed under an insured contract. There shall be no endorsement or modification of the CGL limiting the scope of coverage for liability arising from pollution, explosion, collapse, underground property damage, or amending the contractual coverage in the ISO occurrence form. CGL insurance shall be written with an ISO form CG 25 03 05 09 Designated Construction Project(s) General Aggregate Limit or a substitute form providing equivalent coverage. C-01.2 Continuing CGL Coverage: Contractor shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella liability insurance, with a limit of not less than $5,000,000 each occurrence for at least 3 years following substantial completion of the Work. Continuing commercial umbrella coverage, if any, shall include liability coverage for damage to the insured's completed Work equivalent to that provided under ISO form CG 00 01. C-01.3 Commercial Auto and Umbrella Liability Insurance: Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of any auto (including owned, hired and non -owned autos). Commercial auto coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00 12, CA 00 20, or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage equivalent to that provided in the 1990 and later editions of CA 00 01. If the Contract Documents require Contractor to remove and haul hazardous waste from the Project site, or if the Project involves such similar environmental exposure, pollution liability coverage equivalent to that provided under the ISO Pollution Liability -Broadened Coverage for Covered Autos Endorsement (CA 99 48) shall be provided, and the Motor Carrier Act Endorsement (MCS 90) shall be attached. FYV Taxiway B Widening and Rehabilitation SP-29 Garver Project No. 17041211 C-01.4 Workers' Compensation Insurance: Contractor shall maintain workers' compensation and employer's liability insurance. The employer's liability, and if necessary commercial umbrella, limits shall not be less than $500,000 each accident for bodily injury by accident or $500,000 each employee for bodily injury by disease. If Contractor leases its employees, the alternate employer endorsement (WC 00 03 01 A) shall be attached showing Owner in the schedule as the alternate employer. Where applicable, U.S. Longshore and Harborworkers Compensation Act Endorsement shall be attached to the policy. Where applicable, Nonappropriated Fund Instrumentalities Act (NFIA) shall be attached to the policy. NFIA extends the coverage of the Longshore and Harbor Workers' Compensation Act to civilian employees working on United States military bases throughout the world who are not paid with funds appropriated by Congress. These employees, working in facilities operated for the comfort, contentment, and improvement of armed forces personnel, are instead compensated with funds generated from earnings of their facility. Where applicable, Outer Continental Shelf Lands Act Endorsement shall be attached to the policy. Where applicable, the Maritime Coverage Endorsement shall be attached to the policy. If project is located in a state where workers compensation is secured via monopolistic state funds, include evidence of the "Stop Gap" endorsement to the general liability policy. C-01.5 Property Insurance: If applicable, Contractor shall purchase and maintain property insurance for the Work. Such insurance shall be written in an amount at least equal to the initial contract sum as well as subsequent modifications of that sum. The insurance shall apply on a replacement cost basis. If the insurance obtained in compliance with this paragraph is builders risk insurance, coverage shall be written on a completed value form. The property insurance as required above shall name as insureds the Owner, Contractor, and all subcontractors and sub -subcontractors on the Project. C-01.6 Primary and Non-contributory: Contractor agrees that the insurance listed above, including insurance provided under the commercial umbrella, if any, shall apply as primary and non-contributory insurance with respect to any other insurance or self-insurance programs afforded to, or maintained by, Owner. C-01.7 Waiver of Subrogation: Contractor waives all rights against the Owner and Garver, LLC and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability, commercial umbrella liability insurance, automobile liability insurance and workers compensation insurance maintained pursuant to paragraph C-01 of this agreement. C-01.8 No Implied Waiver: Contractor shall furnish certifications matching the coverage requirements. Failure of Owner or Engineer to demand such certificate or other evidence of full compliance with these insurance requirements or failure of Owner or Engineer to identify a deficiency from evidence that is provided shall not be construed as a waiver of the contractors obligations to furnish and maintain such insurance, or as a waiver to the enforcement of any of the provisions at a later date. Any waiver of the contractor's obligation to furnish such certificate or maintain such evidence must be by written change order and signed by a Managing Member (Officer) of the Engineer and the Owner. FYV Taxiway B Widening and Rehabilitation SP-30 Garver Project No. 17041211 C-01.9 Cancellation, Non -Renewal, and/or Impairment Notification: The Contractor shall not cause any insurance policy to be cancelled or permit it to lapse and all insurance policies shall include an endorsement to the effect that the insurance policy or certificate shall not be subject to cancellation or to a reduction in the required limits of liability or amounts of insurance until notice has been mailed to the Owner and Engineer, stating the date when such cancellation or reduction shall be effective, which date shall not be less than (60) days after such notice. The amount shown in the bid item for the Owner's Protective Insurance shall include that amount of additional premium required for including the Owner and Garver, LLC on the contractor's policy as stated within this section. The Engineer has the right to request justification from the contractor for the full amount of the cost included under the items "Bonds and Insurance". Notice shall be sent via email and regular mail to the following persons and addresses: Owner: City of Fayetteville Summer Fallen 4600 S. School Avenue Suite F Fayetteville, AR 72701 SFallen@fayetteville-ar.gov Garver: Ben Perea 2049 E Joyce Blvd Suite 400 Fayetteville, AR 72703 BMPerea@GarverUSA.com FYV Taxiway B Widening and Rehabilitation SP-31 Garver Project No. 17041211 C-01.10 Sample Certificate of Liability Insurance: ACOR ® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD YVYY) (must be dated) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Agency Name CONTACT NAME: Agency contact Agency Address PHONE (AIC, No ExtI, A en ph# FAX A/C No: E-MAIL ADDRESS: Agency Contact email INSURERS AFFORDING COVERAGE NAIC0 www.stephens.com INSURER A: Carrier Name (AM Best Rating) INSURER B : INSURED Named Insured on the policies INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF IN POLICY NUMBER POLICY EFF MMIDD POLICY E%P MM/D LIMITS A GENERAL LIABILITY EACH OCCURRENCE $ 5,000,000 ,Y COMMERCIAL GENERAL LIABILITY X X XXXXXXX)00f PREMISES((ERoccumence) $ 300,000 CLAIMS -MADE OCCUR MED EXP(Anyone person) $ 10,000 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 5,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 500000 POLICY �/ PRO,JECT El LOC I I $ AUTOMOBILE LIABILITY ANYAUTO X X XXXXXXXXXXX EO aBIN mSINGLE LIMIT CCIZD $ 1,000,000 BODILY INJURY(Per person) $ ALL OS e SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTYident) AGE (Peraccident) $ NON -OWNED ED HIRED AUTOS ✓ AUTOS UMBRELLA LIAB EXCESS LIAB ✓ OCCUR CLAIMS -MADE X X XXXXXXXXXXX EACH OCCURRENCE $ AGGREGATE Umbrella / Excess only if needed to meet the required underlying General Liability $ DED RETENTION$XXXXX $ $ limit WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE � OFFICERIMEMBER EXCLUDED? NIA X XXXXXXXXXXX wC STATU- TORY LIMITS E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE -EA EMPLOYEE $ 500.00 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT 1 $ 500,000 XXXXXXXXXXX I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Owner & Garver, LLC shall be included as an Additional Insured by endorsement #CG2010(11 /85) on the General Liability and #CA2048 on the Autom and Umbrella or substitute endorsement providing equivalent coverage. Coverage shall be Primary and non-contributory with respect to any other insur or self-insurance programs afforded to the Owner and Garver LLC. Waiver of Subrogation applies in favor of the Owner and Garver LLC on all policies. 60 day notice will be provided to the Owner and Garver LLC in the event of cancellation, non -renewal and/or impairment of the Contractor's policies . CERTIFICATE HOLDER CANCELLATION Owner SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE and Garver LLC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE (must be signed by the C....actor's Insurance Agent) © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/06) The ACORD name and logo are registered marks of ACORD CEAT NO.: 15475674 Kathy Jones 2/11/2013 10:56:4: 7CI Page - v_ bile 3nce FYV Taxiway B Widening and Rehabilitation SP-32 Garver Project No. 17041211 C-02 UTILITIES All work in this contract shall be in accordance with the Arkansas Underground Facilities Damage Prevention Act. The Contractor shall abide by the most current edition of this Act. Underground utilities exist within and adjacent to the limits of construction. An attempt has been made to locate these utilities on the plans. However, all existing utilities may not be shown and the actual locations of the utilities may vary from the locations shown. The Contractor shall be responsible for the protection of all existing utilities, structures, equipment, or improvements crossed by or adjacent to his construction operations. Where existing utilities, service lines, structures, equipment, etc. are cut, broken, or damaged, the Contractor shall replace or repair immediately these items with the same type of original material and construction or better, at his own expense to the satisfaction of the Owner and the Engineer. After damage discovery, the Contractor shall immediately coordinate with the Owner and the Engineer on the complete repair and/or replacement work required. Following written notice of work required, the Contractor shall expeditiously begin and finish this work with all labor and materials required. All repair and/or replacement work, labor, and materials shall be supplied and installed by the Contractor. If the Contractor fails to promptly perform the repair work and correct all deficiencies, the Owner shall have the option of remedying the defects and any expenses incurred by the Owner shall be withheld from the Contractor's payments. C-03 LEGAL HOLIDAYS Holidays that shall be observed are the following: New Year's Day (January 1); Dr. Martin Luther King Jr.'s Birthday (3rd Monday in January); President's Day (3rd Monday in February); Memorial Day (last Monday in May); Independence Day (July 4); Labor Day (1st Monday in September); Columbus Day (2nd Monday in October); Thanksgiving Day (4th Thursday in November); Day after Thanksgiving (Friday following Thanksgiving); Christmas Eve (December 24); and Christmas Day (December 25). If a holiday falls on a Saturday or Sunday, the observed day shall be the Friday preceding the Saturday or the Monday following the Sunday. No construction observation will be furnished on legal holidays or Sundays, except in an emergency. The Contractor shall observe these legal holidays and all Sundays, and no work shall be performed on these days except in an emergency. Calendar day contract time includes delays for all holidays. Refer to Section C- 06 for more information. �lZ�yI=/_1►1�1•r From time to time, 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. One such period of clean up shall immediately precede final inspection. Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary plant, equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable to the Owner. C-05 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 and/or Engineer will call such coordination conferences as may seem expedient to him 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. FYV Taxiway B Widening and Rehabilitation SP-33 Garver Project No. 17041211 C-06 LIQUIDATED DAMAGES FOR DELAY 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. The Contractor agrees that time is a critical element for this Contract. Loss will accrue to the Owner due to delayed completion of the work; and the cost to the Owner of the administration of the Contract, including engineering, inspection, and supervision, will be increased as the time occupied in the work is lengthened. The Contractor agrees that for each day of delay beyond the number of calendar days herein agreed upon for the completion of the work herein specified and contracted for, the Owner may withhold, permanently, from the Contractor's total compensation, the sum of One Thousand Five Hundred Dollars ($1,500.00) as stipulated damages for each day of such delay. 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. 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 3(a) next below, will be granted; extensions may be granted under other stated conditions: 1. 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. 2. 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. These include days with a mean temperature lower than 32° F and days with more than 0.1" of precipitation. Days with more than 0.5" of precipitation are counted as two days. The days included in the contract time for Normal Weather -Related Events and holidays are as follows: (On A Monthly Basis Month Normal Weather- Related Events Holidays January 13 2 February 10 1 March 8 0 April 6 0 May 6 1 June 5 0 July 5 1 August 5 0 September 4 1 October 6 1 November 5 2 December 12 2 If, however, it appears that the Contractor is delayed by conditions of weather, outside of normal weather -related events detailed in the proceeding table, extensions of time may be granted. FYV Taxiway B Widening and Rehabilitation SP-34 Garver Project No. 17041211 3. 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: Acts of God, acts of the public enemy, acts of the Owner except as provided in these Specifications, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather. b. Any delays of Subcontractors or suppliers occasioned by any of the causes specified above. The Engineer or other authorized representative of the Owner shall keep a written record sufficient for 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 Owner and the Contractor, as to the classification of any day, the matter shall be referred to the Owner whose decision shall be final. 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. 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. C-07 CARE OF WORK The Contractor shall avoid damage, as a result of his operations, to existing sidewalks, streets, curbs, pavements, utilities (except those which are to be replaced or removed), adjoining property, equipment, etc., and he shall at his own expense completely repair any damage thereto caused by his operations, to the satisfaction of the Owner and Engineer. After damage discovery, the Contractor shall immediately coordinate with the Owner and the Engineer on the complete repair and/or replacement work required. Following written notice of work required, the Contractor shall expeditiously begin and finish this work with all labor and materials required. All repair and/or replacement work, labor, and materials shall be supplied and installed by the Contractor. If the Contractor fails to promptly perform the repair work and correct all deficiencies, the Owner shall have the option of remedying the defects and any expenses incurred by the Owner shall be withheld from the Contractor's payments. C-08 QUALITY ASSURANCE/MATERIALS TESTING The Owner shall be responsible for quality assurance testing as stated in theses specifications; however, the Contractor shall be responsible for payment of any subsequent tests made necessary by previous unsatisfactory tests. In this event, the Owner's quality assurance representative shall conduct the additional testing and payment for such tests shall be directly deducted from the Contractor's payment. The Contractor shall pay for additional testing at the Owner's contract rate. C-09 RECORD DOCUMENTS 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 FYV Taxiway B Widening and Rehabilitation SP-35 Garver Project No. 17041211 C-09 RECORD DOCUMENTS 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. In addition, the Contractor shall note any differences between locations of underground existing facilities shown in the plans and the actual location located during construction. These record documents shall be available to the Engineer for examination and shall be delivered to the Engineer upon completion of the work. C-10 CONTRACTOR/SUBCONTRACTOR/SUPPLIER LEGAL DISPUTES 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, shall be deducted from monies due or which may thereafter become due the contractor. C-11 GENERAL GUARANTY Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the improvements embraced in this contract by the Owner or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting there, which shall appear within a period of 12 months from the date of final acceptance of the work. The Contractor will be responsible for all costs associated with construction observation and oversight for the repair work. The Owner will give notice of defective materials and work with reasonable promptness. In the event repair work is required, the Contractor shall remedy any defects and pay for any damage to other work resulting there, which shall appear within a period of 12 months from the date of the acceptance of the repair work. C-12 CONTRACTOR'S RELEASE AND AFFIDAVIT At the project's completion, the Contractor shall execute the attached Release and Lien Waiver to release all claims against the Owner arising under and by virtue of his Contract. The date of the Release shall be that agreed to for the final acceptance of the project with the Owner. C-13 SUBMITTALS The Contractor shall prepare and submit information required by the individual Specification sections sufficiently in advance of the related work to allow an appropriate review time by the Engineer. The types of submittals are indicated in the individual Specification sections. During the preconstruction conference, the Contractor shall review his submittal schedule and procedures, including notifying the Engineer whether electronic submittals or paper submittals will be provided for all submittal packages in the project. Mixing of package types will not be allowed. The Contractor shall provide one of the following submittal package types: 1. Submit electronic submittals via email as PDF electronic files directly to the Engineer's designated representative, or post these PDF electronic files directly to the Engineer's FTP site specifically established for this project. Electronic submittals shall be in Adobe Acrobat (*.PDF) format and shall be legible when printed. 2. Submit six (6) paper submittal copies via mail or other courier service to the Engineer's designated representative. FYV Taxiway B Widening and Rehabilitation SP-36 Garver Project No. 17041211 Submittals shall be neat, organized, and easy to interpret. Assemble complete submittal package into a single indexed electronic file or hard cover bound book, incorporating submittal requirements of an individual Specification section, the transmittal form with unique submittal numbering system, and electronic links or tabs enabling navigation to each item. Unless approved otherwise by the Engineer, all submittals for the individual Specification section shall be submitted at one time. Submittals must come directly from the Prime Contractor; submittals from subcontractors or suppliers will not be reviewed. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. Faxed submittals or submittals with extremely small or otherwise unreadable print will not be accepted. Submittals not required by the Contract Documents will be returned by the Engineer without action. The Contractor shall retain complete copies of submittals on project site. Use only final submittals that are marked with approval notation from Engineer's submittal review stamp with comments form. Resubmittals shall continue the unique, sequential, submittal numbering system. Resubmittals without unique numbering, example resubmittals transmitted as 005A or 005REV, are unacceptable and will be returned un-reviewed. C-14 TEST BORINGS/SUBSURFACE INFORMATION A geotechnical investigation and soils report have been completed for the project area and are available upon request. This information can be obtained by contacting the Engineer. Soil characteristics provided in any soil reports, or as shown on boring logs, are representative only at the location of the sample taken, and neither the Owner, Engineer nor Engineer's consultants will be responsible for variations in the soil characteristics at other locations. Any subsurface information or geotechnical reports made available to Contractor was obtained and intended for the Owner's design and estimating purposes only. Such reports and drawings are not Contract Documents. The Contractor may not rely upon or make any claim against Owner, Engineer, or Engineer's Consultants with respect to (1) the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by the Contractor and safety precautions and programs incident thereto, (2) other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or (3) any Contractor interpretation or other conclusion drawn from any data, interpretations, opinions, or information. If in any case, the recommendations set forth in the Geotechnical Report conflict with the requirements set forth in these Contract Documents, the requirements in the Contract Documents shall take precedent. FYV Taxiway B Widening and Rehabilitation SP-37 Garver Project No. 17041211 C-15 WAGE RATES The Davis Bacon minimum wage rates for this project are as follows: General Decision Number: AR180287 01/05/2018 AR287 Superseded General Decision Number: AR20170287 State: Arkansas Construction Type: Highway County: Washington County in Arkansas. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /05/2018 SUAR2014-045 07/21/2014 Rates CARPENTER, Includes Form Work........................................................................................................................................$ 15.40 CEMENT MASON/CONCRETE FINISHER $ 15.33 ................................................................................................................... ELECTRICIAN, Includes Traffic Signalization $ 20.40 FENCE ERECTOR $ 11.27 HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine) $ 13.25 HIGHWAY/PARKING LOT STRIPING: Painter $ 21.75 INSTALLER — GUARDRAIL IRONWORKER, REINFORCING.... IRONWORKER, STRUCTURAL $ 17.12 $ 14.22 $ 17.52 Fringes 0.00 0.00 0.00 0.00 0.00 0.00 0.00 QIX FYV Taxiway B Widening and Rehabilitation SP-38 Garver Project No. 17041211 Rates Fringes LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor ..................................$ 14.68 0.00 LABORER: Common or General ....................................................................................................................................................... $ 13.17 0.00 LABORER: Mason Tender - Cement/Concrete.......................................................................................................$ 14.77 0.00 LABORER: Pipelayer.............. ..................................................................................................................................................................... $14.33 0.00 OPERATOR: Asphalt Paver..................................................................................................................................................................$ 16.87 0.00 OPERATOR: Asphalt Spreader........................................................................................................................................................_$ 15.80 0.00 OPERATOR: Backhoe/Excavator/Trackhoe ........................................................................................................................ $ 17.01 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ----------------------------------------------------------------------------------------------------------------- $ 16.06 0.00 OPERATOR: Broom/Sweeper..............................................................................................................................................................$ 12.00 0.00 OPERATOR: Bulldozer $ 17.08 0.00 OPERATOR: Crane ............................................................................................................................................................................................ $ 22.58 0.00 OPERATOR: Drill ................................................................................................................................................................................................... $ 14.85 0.00 OPERATOR: Grade Checker ................................................................................................................................................................. $ 16.36 0.00 OPERATOR: Grader/Blade $ 16.67 0.00 OPERATOR: Hydroseeder......................................................................................................................................................................_$ 10.79 0.00 OPERATOR: Loader ......................................................................................................................................................................................... $ 15.01 0.00 OPERATOR: Mechanic $ 20.28 0.00 OPERATOR: Milling Machine................................................................................................................................................................$ 16.77 0.00 OPERATOR: Oiler. $ 19.29 0.00 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) $ 19.95 0.00 OPERATOR: Post Driver (Guardrail/Fences)...................................................................................................................$ 16.97 0.00 OPERATOR: Roller.. ........................................................................................................................................................................................... $ 15.46 0.00 OPERATOR: Scraper....................................................................................................................................................................................._$ 16.50 0.00 OPERATOR: Screed ......................................................................................................................................................................................... $ 16.90 0.00 OPERATOR: Tractor ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- $ 17.61 0.00 TRAFFIC CONTROL: Flagger.............................................. ........................................... ........................................ ............................. $ 15.77 0.00 TRAFFIC CONTROL: Laborer-Cones/Barricades/Barrels-Setter/Mover/Sweeper........... $ 12.44 0.00 FYV Taxiway B Widening and Rehabilitation SP-39 Garver Project No. 17041211 Rates Fringes TRUCK DRIVER: Dump Truck.............................................................................................................................................................$ 18.56 0.00 TRUCK DRIVER: Flatbed Truck $ 21.03 0.00 TRUCK DRIVER: Lowboy Truck $ 17.96 0.00 TRUCK DRIVER: Servicer $ 16.36 0.00 TRUCK DRIVER: Water Truck $ 14.73 0.00 ............................................................................................................................................................. TRUCK DRIVER: Semi/Trailer Truck $ 12.50 0.00 ........................................................................................................................................... WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 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 (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. FYV Taxiway B Widening and Rehabilitation SP-40 Garver Project No. 17041211 Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 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, DC 20210 FYV Taxiway B Widening and Rehabilitation SP-41 Garver Project No. 17041211 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, DC 20210 The request should be accompanied by a full statement of the 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, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION END OF SPECIAL PROVISIONS FYV Taxiway B Widening and Rehabilitation SP-42 Garver Project No. 17041211 RELEASE OF LIEN FROM: Contractor's Name: Address: TO: Owner's Name: Address: DATE OF CONTRACT: Upon receipt of the final payment and in consideration of that amount, the undersigned does hereby release the Owner and its agents from any and all claims arising under or by virtue of this Contract or modification thereof occurring from the undersigned's performance in connection with the "FYV Taxiway B Widening and Rehabilitation" project. Contractor's Signature: Title: Subscribed and sworn to before me this day of Notary Public My Commission Expires: i►3i� FYV Taxiway B Widening and Rehabilitation SP-43 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SP-44 Garver Project No. 17041211 CONTRACTOR'S AFFIDAVIT FROM: Contractor's Name: Address: TO: Owner's Name: Address: DATE OF CONTRACT: I hereby certify that all claims for material, labor, and supplies entered into contingent and incident to the construction or used in the course of the performance of the work on the "FYV Taxiway B Widening and Rehabilitation" project have been fully satisfied. Contractor's Signature: Title: Subscribed and sworn to before me this day of Notary Public My Commission Expires: , 20 The Surety Company consents to the release of the retained percentage on this project with the understanding that should any unforeseen contingencies arise having a right of action on the bond that the Surety Company will not waive liability through the consent to the release of the retained percentage. Dated: Surety Company: By: Resident Agent, State of Arkansas FYV Taxiway B Widening and Rehabilitation SP-45 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SP-46 Garver Project No. 17041211 ITEM SS-100 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) DESCRIPTION 100-1.1 This item includes notes in reference to construction safety and phasing for the project. This item shall be used in conjunction with all Construction Safety Drawings and Construction Safety and Phasing Notes in the plans. CONSTRUCTION SAFETY AND PHASING NOTES 100-2.1 COORDINATION. a. Contractor Progress Meetings - The Owner, Engineer, and Contractor will hold progress meetings on a coordinated schedule during construction. Operational safety will be a standing agenda item in such meetings. b. Scope or Schedule Changes - The Owner and/or Engineer will call such coordination conferences as may seem expedient to him for the purpose of assuring coordination of the work covered by this contract and/or scope or schedule changes. The Contractor shall attend all such conferences. Changes in the scope or duration of the project may necessitate revisions to the CSPP and review and approval by the airport operator and the FAA. c. FAA ATO Coordination - Coordination with the FAA ATO for the required shutdown of FAA owned facilities for this project has been completed. Any additional coordination with the FAA ATO will be handled by Garver or the Airport Manager. 100-2.2 PHASING. During performance of this project, the airport's runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible. The project is phased to reduce operational impacts at the airport. a. Phase Elements — If necessary for each phase, the construction safety drawings detail the areas closed to aircraft operations, estimated duration of closures, taxi routes, ARFF access routes, construction staging areas, construction access and haul routes, NAVAID impacts, lighting and marking changes, available runway length, declared distances, hazard marking and lighting, and required lead time for NOTAMS. b. Construction Safety Drawings — See sheets G-201 through G-214 of the construction plans for construction safety drawings. 100-2.3 AREAS OF OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY. a. Identification of Affected Areas — See Table 1 on the following page and the construction safety drawings for areas affected by construction for each phase. FYV Taxiway B Widening and Rehabilitation SS-100-1 Garver Project No. 17041211 Table 1: Areas of Operations Affected By Construction Operational Existing Phase A Phase B Phase C Phase D Requirement Condition Runway 16-34 Open Open Open Open Closed Runway 16 Approach 1 Mile 1 Mile Visual 1 Mile N/A During Minimums Closure Runway 34 Approach 1 Mile 1 Mile 1 Mile Visual N/A During Minimums Closure TORA: 6,005 6,005 5,055 4,834 N/A During Closure TODA: 6,005 6,005 5,055 4,834 N/A During Runway 16 Declared Closure ASDA: 6,005 6,005 5,055 4,834 N/A During Distances Closure LDA: 6,005 6,005 5,055 4,834 N/A During Closure TORA: 6,005 6,005 4,750 5,005 N/A During Closure TODA: 6,005 6,005 4,750 5,005 N/A During Closure Runway 34 Declared ASDA: 6,005 6,005 4,750 5,005 N/A During Distances Closure LDA: 6,005 6,005 4,750 5,005 N/A During Closure Runway 16 Approach GPS, LOC, GPS, LOC, Visual GPS, LDA, N/A During Procedures VOR VOR VOR Closure Runway 34 Approach GPS, LDA, GPS, LDA, GPS, LDA, Visual N/A During Procedures VOR VOR VOR Closure ODALS,,LDA PAPI, ODALS, N/A During ODALS, NDuring Runway 16 NAVAIDS REIL, PAPI, REIL, Partial PAPI, REIL, Closure Closure LDA Closure LDA ODALS, PAPI, ODALS, ODALS, N/A During N/A During Runway 34 NAVAIDS REIL, PAPI, REIL, PAPI, REIL, Partial Closure Localizer Localizer Localizer Closure Taxiway A Open Open Closed North Open Closed of TW C Taxiway B Open Closed North Closed North Closed South of TW Closed of TW D of TW D F Taxiway C Open Closed West Closed West Open Closed of RW 16-34 of RW 16-34 Taxiway D Open Open Open Open Closed Taxiway E Open Open Open Open Closed Taxiway F Open Open Open Open Closed Taxiway G Open Open Open Open Closed FYV Taxiway B Widening and Rehabilitation SS-100-2 Garver Project No. 17041211 b. Mitigation Efforts - See the table above and the construction safety drawings for mitigation efforts of operations affected by construction. 100-2.4 PROTECTION OF NAVIGATION AIDS (NAVAIDS). The Contractor must not conduct any construction activity within navigational aid restricted areas without prior approval from the local FAA Airway Facilities Sector representative. Navigational aids include instrument landing system components and very high -frequency omni-directional range airport surveillance radar. Such restricted areas are depicted on the construction safety drawings. 100-2.5 CONTRACTOR ACCESS. a. Location of Stockpiled Materials - No personal vehicles of contractor's employees will be allowed beyond the designated employee parking areas shown in the plans. 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. Stockpiled materials and equipment are not permitted within the active runway safety area and obstacle free zone. The contractor shall receive approval from the Engineer and FAA air spacing office prior to locating stockpiles or equipment within the object free area, safety area, or obstacle free zone. No stockpile shall be greater than 15-ft in height. b. Vehicle and Pedestrian Operations - See the construction safety drawings for construction site parking, equipment storage areas, and access and haul routes. Vehicular traffic shall always yield to aircraft traffic. When any vehicle, other than one that has prior approval from the airport operator, must travel over any portion of an aircraft movement area, it will be escorted and properly identified. To operate in those areas during daylight hours, the vehicle must have a flag or beacon attached to it. Any vehicle operating on the movement areas during hours of darkness or reduced visibility must be equipped with a flashing dome -type light, the color of which is in accordance with local or state codes. All construction vehicles shall be clearly identified for control purposes by prominently displaying the company name on each side of the vehicle. The identification symbols should be a minimum 8-inch block - type characters of a contrasting color and easy to read. They may be applied either by using tape or a water-soluble paint to facilitate removal. Magnetic signs are also acceptable. In addition, vehicles must display identification media. At 14 CFR Part 139 certified and towered airports, all vehicle operators having access to the movement area must be familiar with airport procedures for the operation of ground vehicles and the consequences of noncompliance or be escorted by someone who is. c. Airport Security - All construction personnel must be in possession of a valid airport identification badge at all times. If a temporary badge is issued by the airport, construction personnel shall be in possession of photo identification at all times. Any person who is escorting individuals must be in direct control of the escorted individuals at all times. Any person who has been issued a badge, but is not in possession of the badge, may not enter the secured area of the airport. Airport identification badges may be obtained at the location during regular scheduled times for issuance of badges. There is a $10.00 charge for issuance of the badge. Any badges that are lost will be subject to a $10.00 replacement charge and all badges must be returned to the airport upon completion of the project unless directed otherwise by the airport. Any fine, 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 to the prime contractor and shall be deducted from any monies due him. FYV Taxiway B Widening and Rehabilitation SS-100-3 Garver Project No. 17041211 d. Two -Way Radio Communications -Vehicular traffic located in or crossing an active movement area must have a working two-way radio in contact with the control tower or be escorted by a person in radio contact with the tower. The driver, through personal observation, should confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two- way radio communication provided a NOTAM is issued closing the area and the area is properly marked to prevent incursions. The Contractor is required to continuously monitor the airport traffic control tower (Tower Frequency: 128.00) between the hours of 0600 and 2200. The Contractor is required to monitor the common traffic advisory frequency (CTAF) while the airport traffic control tower is closed (CTAF Frequency: 128.00) between the hours of 2200 and 0600. e. Control of Gates - The Contractor shall be responsible for maintaining the security of the access gates by keeping the access gate locked or guarded at all times. Should the Contractor fail, at any time, to keep the access gate locked or guarded, there shall be a fine of $200.00 assessed to the Contractor, for each occurrence that the Contractor fails to maintain the security of the access gate. All fines assessed to the Contractor shall be deducted from any monies due to him/her. 100-2.6 WILDLIFE MANAGEMENT. The Contractor shall also review AC 150/5200-33, hazardous wildlife attractants on or near airports, and CertAlert 98-05, grasses attractive to hazardous wildlife (www.faa.gov). The Contractor shall carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports. The contractor shall mitigate the following items. a. Trash - The Contractor shall perform trash clean-up on a daily basis. b. Standing Water- The Contractor provide temporary drainage during construction to avoid standing water. c. Tall Grass and Seeds - The Contractor shall adhere to the requirements of Section T-901, Seeding of the contract documents and specifications. d. Poorly Maintained Fencing and Gates - The Contractor shall immediately report any damage to gates or fences. The Contractor will be responsible for repairs to any gates or fences caused by negligence by the Contractor. e. Disruption of Existing Wildlife Habitat - The Contractor shall notify the airport immediately of any wildlife sightings. 100-2.7 FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT. The Contractor shall ensure that the pavement surfaces in the active movement area are kept clean from dirt, mud, and other debris from the Contractor's equipment. Frequent clean up in the vicinity of Contractor's work areas is required. The Contractor shall require vehicle operators to check tires prior to traversing active airfield pavement. Any material tracked onto an active airfield pavement by construction equipment shall be immediately removed. See AC 150/1510-24, foreign object debris (FOD) management (www.faa.gov) for further instruction. FYV Taxiway B Widening and Rehabilitation SS-100-4 Garver Project No. 17041211 100-2.8 HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT. If any construction vehicle or equipment is operated within airport property, the Contractor must be adequately prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Special care must also be taken when handling or transporting hazardous materials on airport property. The contractor shall notify the Engineer immediately after any hazardous material spill. Management of hazardous wastes must strictly follow the most current stringent Federal, State and local regulations governing treatment, storage, and disposal. See AC 150/5320-15, management of airport industrial waste (www.faa.gov), for further instruction. 100-2.9 NOTIFICATION OF CONSTRUCTION ACTIVITIES. a. List of Responsible Representatives - A point of contact list will be completed as part of ITEM SS-101 Safety Plan Compliance Document (SPCD) and will be delivered to all parties prior to construction. b. Notices to Airmen (NOTAM) - Before beginning any construction activity, the Contractor must, through the airport operator, give notice using the NOTAM system of proposed location, time, and date of commencement of construction. Upon completion of work and return of all such areas to standard conditions, the Contractor must, through the airport operator, verify the cancellation of all notices issued via the NOTAM system. c. Emergency Notification Procedures - In the event of an emergency, the Contractor shall call 911 and immediately notify the Engineer and airport staff. d. Coordination with ARFF personnel -Any deactivation of water lines or hydrants, rerouting of access routes, or use of hazardous materials on the airfield shall be coordinated and approved by the airport's ARFF personnel prior to execution of such activities. e. Notification to the FAA - The Contractor shall ensure, through the Engineer, that all construction equipment over 25-ft in height is air spaced through the appropriate FAA regional or district office prior to using such equipment on site. f. Shutdown of any FAA owned NAVAID shall be coordinated with the FAA ATO 45 days prior to the proposed shutdown. The Contractor shall provide an additional seven days advance notice to the airport to coordinate with the FAA ATO Tech Ops office responsible for the FAA facilities. Shutdown of an Airport owned and FAA maintained NAVAID of 24 hours or greater, or more than 4 hours daily on consecutive days, shall be coordinated with the FAA ATO a minimum of 45 days prior to the shutdown. 100-2.10 INSPECTION REQUIREMENTS. a. Daily Inspections — The Contractor shall perform daily safety inspections to ensure all construction operations are in conformance with the CSPP. b. Interim Inspections — Prior to opening any portion of the airport to traffic, the Contractor, Engineer, and airport operator shall perform a safety inspection of the area to be opened to traffic to ensure conformance with the CSPP and FAA standards c. Final Inspections — At the completion of the project, the Contractor, Engineer, airport operator, and, if necessary, FAA shall perform a final safety inspection to insure conformance with the plans and specifications. FYV Taxiway B Widening and Rehabilitation SS-100-5 Garver Project No. 17041211 100-2.11 UNDERGROUND UTILITIES. Underground utilities exist within and adjacent to the limits of construction. An attempt has been made to locate these utilities on the plans. However, all existing utilities may not be shown and the actual locations of the utilities may vary from the locations shown. Prior to beginning any type of excavation, the contractor shall contact the utilities involved and make arrangements for the location of the utilities on the ground. The contractor shall maintain the utility location markings until they are no longer necessary. Arkansas state law, the underground facilities damage prevention act, requires two working days advance notification through the one -call system center before excavating using mechanized equipment or 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 the Arkansas one -call system; therefore, the contractor is advised to contact all non-member utilities as well as the one -call system. 100-2.12 PENALTIES. Failure of the Contractor (including employees) or any of his subcontractors (including employees) to comply with ATCT instructions or any of the other requirements of the airport while operating on airport property, shall be subject to the following: a. First Offense -The Contractor shall receive a fine of $1,000.00, and the vehicle operator will receive a loss of driving privileges on the airport. In addition, any fines or penalties imposed on the airport as a result of the incident will be assessed to the Contractor. b. Second Offense - 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 on the airport. In addition, any fine or penalties imposed on the airport as a result of the incident will be assessed to the contractor. c. Third Offense - Work will be suspended. The Contractor (including employees) and any of his subcontractors (including employees) who will operate ground vehicles on the airport shall successfully complete, for a second time, formalized airport safety training, to be conducted by 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. 100-2.13 SPECIAL CONDITIONS. None noted. 100-2.14 RUNWAY AND TAXIWAY VISUAL AIDS a. General - All airport markings, lighting, signs, and visual NAVAIDs that are in operation must be clear from all obstructions. All temporary markings, signs, lights, or other visual aids must be secured in place to prevent prop wash, jet blast, wing vortices, or other wind currents. b. Markings - All temporary or permanent runway and taxiway visual aids shall conform to the requirements of the most recent edition of FAA AC 150/5340-1 (www.faa.gov). Markings for this project include the following: i. Temporarily Closed Runways — The Contractor shall be responsible for furnishing, installing, and maintaining runway closure markers on top of the runway designation markers. See details on construction safety drawings for closed runway marker detail. ii. Partially Closed Runways — The Contractor shall be responsible for furnishing, installing, and maintaining temporary marking and lighting for the partially closed runway. See details on construction safety drawings for partially closed runway detail. FYV Taxiway B Widening and Rehabilitation SS-100-6 Garver Project No. 17041211 iii. Temporarily Closed Taxiways — The Contractor shall be responsible for furnishing, installing, and maintaining taxiway closure markers at the entrance to the closed taxiway from the adjacent runway. The taxiway closure markers shall be installed inside the runway safety area. The contractor shall also furnish and install low profile barricades at the entrance to the closed taxiway from an adjacent taxiway. Barricades shall be installed outside all active taxiway safety areas. See details on construction safety drawings for closed taxiway marker and low -profile aircraft barricade details. c. Lighting and Visual Aids — All temporary lighting for runway and taxiway systems shall conform to the requirements of the most recent edition of FAA AC 150/5340-30 and 150/5345-50 (www.faa.gov). The contractor shall be responsible for disconnecting isolation transformers associated with any runway or taxiway light fixtures that are being disconnected. d. Existing Signs - Any sign that is not performing its normal function must be covered or removed to prevent misleading pilots, with the exception of runway holding position signs which shall remain operational if the area is still open to access to vehicular traffic. e. Temporary Signs - The Contractor shall install all temporary signs in accordance with the most recent edition of FAA AC 150/5345-44 and 150/5340-18. 100-2.15 MARKING AND SIGNS FOR ACCESS ROUTES. The contractor shall be responsible for supplying and installing all necessary markings and signage for all access routes to and from the site to be used by contractor personnel, subcontractor personnel, or delivery operations. All signage in the air operations area shall be frangible mounted. 100-2.16 HAZARD MARKING AND LIGHTING a. Purpose - Hazard marking and lighting prevents pilots from entering areas closed to aircraft and prevents contractor personnel from entering areas open to aircraft. b. Equipment - The contractor shall furnish, install, and maintain low -profile barricades in hazardous areas inside movement areas. Barricades shall restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, barricades shall be equipped with red flashing or steady burning lights. The spacing of barricades shall be such that a breach is physically prevented barring a deliberate act. If barricades are intended to prevent pedestrians, then they shall be linked. See details on construction safety drawings for low -profile aircraft barricade detail. 100-2.17 WORK ZONE LIGHTING FOR NIGHTTIME CONSTRUCTION. All work conducted at night shall accompanied by adequate light facilities to complete the work. All light facilities shall be aimed or shielded as necessary to avoid impacting aircraft or ATCT operations. The Contractor shall be required to submit a lighting plan showing the location and aiming direction of all light facilities prior to the completion of any night work. 100-2.18 PROTECTION OF SAFETY AREAS, OBJECT FREE AREAS, OBJECT FREE ZONES, AND APPROACH/DEPARTURE SURFACES: a. Runway Safety Areas (RSA) - No work shall be permitted within an active RSA. If required, adjustments to the RSA dimensions through restricted operations shall be coordinated with the FAA airports regional or district office prior to construction. The Contractor shall insure adequate distance protection for blast projection, as needed. All open trenches or excavations within the limits of the RSA shall be back filled or covered prior to opening the runway to operations. In addition, erosion control measures shall be provided in the RSA to prevent ruts, humps, or depressions inside the limits of the RSA. b. Runway object free areas (ROFA) - No material shall be stockpiled inside the limits of the active ROFA unless approved by air spacing through the appropriate FAA airports regional or district office. FYV Taxiway B Widening and Rehabilitation SS-100-7 Garver Project No. 17041211 c. Taxiway safety areas (TSA) - No work shall be permitted within an active TSA. If required, adjustments to the taxiway TSA dimensions through restricted operations shall be coordinated with the FAA airports regional or district office prior to construction. All open trenches or excavations within the limits of the TSA shall be back filled or covered prior to opening the taxiway to operations, with the exception of straight segments meeting the requirements of FAA AC 150/5370-2. In addition, erosion control measures shall be provided in the TSA to prevent ruts, humps, or depressions inside the limits of the TSA. d. Taxiway Object Free Areas (TOFA) - No construction shall be permitted inside an active TOFA unless the taxiway has been restricted to operations requiring a TOFA equal to that of the TOFA available. If required, construction may be permitted inside the TOFA if the taxiway centerline markings are offset with centerline reflectors or lighting, or appropriate NOTAMs are issued. Construction may also be permitted inside the TOFA if a five-foot wing tip clearance is maintained for all construction equipment and vehicles. In this scenario, flaggers and wing walkers must be used to direct traffic through the construction site. e. Obstacle Free Zone (OFZ) - No personnel, material, or equipment shall penetrate the OFZ while the runway is open to operations. The dimensions of the OFZ are as defined in FAA AC 150/5300-13 (www.faa.gov). f. Approach/Departure Surfaces - All contractor personnel, materials, and equipment shall remain clear of the applicable threshold siting surfaces as defined in Chapter 3 of FAA AC 150/5300-13 (www.faa.gov). Construction activities that require penetration into the threshold siting surface shall be accomplish through displacing or partially closing the runway. Such construction activities shall require coordination with the FAA airports regional or district office. 100-2.19 OTHER LIMITATIONS ON CONSTRUCTION a. Prohibitions - The use of tall equipment (i.e. cranes, concrete pumps) shall not be permitted unless approved by the engineer and proper coordination for FAA aeronautical study is completed. The submittal for this coordination shall take place at least 45 days prior to anticipated use. Open flame welding and torch cutting operations are not permitted unless adequate fire safety precautions are provided and these operations are authorized by the airport operator and the engineer. Electrical blasting caps shall not be permitted within 1,000-ft of the airport property. Flare pots are not permitted within the air operations area. MEASUREMENT AND PAYMENT 100-3.1 Adherence to the requirements of the CSPP will not be measured for separate payment. END OF ITEM SS-100 FYV Taxiway B Widening and Rehabilitation SS-100-8 Garver Project No. 17041211 ITEM SS-101 SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) DESCRIPTION 101-1.1 The Contractor shall thoroughly review the approved Construction Safety and Phasing Plan (CSPP) and shall comply with approved CSPP. The Contractor shall certify such compliance by completing the attached SPCD and submitting to the Engineer for approval. FYV Taxiway B Widening and Rehabilitation SS-101-1 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-101-2 Garver Project No. 17041211 Contractor Safety Plan Compliance Documents Owner Name: City of Fayetteville Airport: Fayetteville — Drake Field (FYV) Project Description: FYV Taxiway B Widening and Rehabilitation Contractor: Each item listed below corresponds to a specific section of the approved CSPP. The Contractor shall certify that he/she will comply with each section of the approved CSPP. Each certified section with a "no" response must be fully explained in an attachment to the SPCD. The document shall be signed and dated by a principle or owner in the Contractor's company. All other requested information shall be completed by the Contractor and submitted to the Engineer for approval as part of the SPCD. 1. Section 1 - Correspondence: This project shall be completed in accordance with Section 1 "Coordination" of the approved Construction Safety Plan Compliance Document. Owner: City of Fayetteville Contact: Summer Fallen Phone: 479-718-7642 Engineer: Garver Project Manager: Ben Perea Phone: 479-527-9100 Project Engineer: Patrick Barnes Phone: 479-527-9100 Construction Observer: Phone: Materials Testing: Phone: Contractor: Project Manager: Phone: Superintendent: Phone: Subcontractors: Phone: Yes No 2. Section 2 - Phasing: This project shall be completed in accordance with Section 2 "Phasing" of the approved Construction Safety Plan Compliance Document. Yes No 3. Section 3 — Areas of Operations Affected by Construction Activity: This project shall be completed in accordance with Section 3 "Areas of Operations Affected by Construction Activity" of the approved Construction Safety Plan Compliance Document. Yes No 4. Section 4 — Protection of Navigational Aids (NAVAIDS): This project shall be completed in FYV Taxiway B Widening and Rehabilitation SS-101-3 Garver Project No. 17041211 accordance with Section 4 "Protection of Navigational Aids (NAVAIDS)" of the approved Construction Safety Plan Compliance Document. Yes No 5. Section 5 — Contractor Access: This project shall be completed in accordance with Section 5 "Contractor Access" of the approved Construction Safety Plan Compliance Document. Yes No 6. Section 6 — Wildlife Management: This project shall be completed in accordance with Section 6 "Wildlife Management" of the approved Construction Safety Plan Compliance Document. Yes No 7. Section 7 — Foreign Object Debris (FOD) Management: This project shall be completed in accordance with Section 7 "Foreign Object Debris (FOD) Management' of the approved Construction Safety Plan Compliance Document. Yes No 8. Section 8 — Hazardous Materials (HAZMAT) Management: This project shall be completed in accordance with Section 8 "Hazardous Materials (HAZMAT) Management' of the approved Construction Safety Plan Compliance Document. Yes No 9. Section 9 — Notification of Construction Activities: This project shall be completed in accordance with Section 9 "Notification of Construction Activities" of the approved Construction Safety Plan Compliance Document. Yes No 10. Section 10 — Inspection Requirements: This project shall be completed in accordance with Section 10 "Inspection Requirements" of the approved Construction Safety Plan Compliance Document. Yes No 11. Section 11 — Underground Utilities: This project shall be completed in accordance with Section 11 "Underground Utilities" of the approved Construction Safety Plan Compliance Document. Yes No 12. Section 12 — Penalties: This project shall be completed in accordance with Section 12 "Penalties" of the approved Construction Safety Plan Compliance Document. Yes No 13. Section 13 — Special Conditions: This project shall be completed in accordance with Section 13 "Special Conditions" of the approved Construction Safety Plan Compliance Document. Yes No 14. Section 14 — Runway and Taxiway Visual Aids: This project shall be completed in accordance with 14 "Runway and Taxiway Visual Aids" of the approved Construction Safety Plan Compliance Document. FYV Taxiway B Widening and Rehabilitation SS-101-4 Garver Project No. 17041211 Yes No 15. Section 15 — Marking and Signs for Access Routes: This project shall be completed in accordance with Section 15 "Marking and Signs for Access Routes" of the approved Construction Safety Plan Compliance Document. Yes No 16. Section 16 — Hazard Marking and Lighting: This project shall be completed in accordance with Section 16 "Hazard Marking and Lighting" of the approved Construction Safety Plan Compliance Document. Yes No 17. Section 17 — Protection of Safety Areas, Object Free Areas, Object Free Zones, and Approach / Departure Surfaces: This project shall be completed in accordance with Section 17 "Protection of Safety Areas, Object Free Areas, Object Free Zones, and Approach / Departure Surfaces" of the approved Construction Safety Plan Compliance Document. Yes No 18. Section 18 — Other Limitations on Construction: This project shall be completed in accordance with Section 18 "Other Limitations on Construction" of the approved Construction Safety Plan Compliance Document. Yes No I certify that, for the project identified herein, the responses to the foregoing items are correct as marked, and that I shall comply with the approved Construction Safety and Plan. Signed: Date: Contractor's Authorized Representative Print Name and Title of Contractor's Representative END OF ITEM SS-101 FYV Taxiway B Widening and Rehabilitation SS-101-5 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-101-6 Garver Project No. 17041211 ITEM SS-110 STANDARD SPECIFICATIONS GENERAL 110-1.1 The standard specifications of the Arkansas Department of Transportation (ARDOT) are bound in a book titled Standard Specifications for Highway Construction. These specifications are referred to herein as "Standard Specifications." The latest edition shall apply. A copy of these "Standard Specifications" may be obtained from the ARDOT at their customary charge. INCORPORATION AND MODIFICATION 110-2.1 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 paragraph number. The individual specification numbers noted herein may be different from those in the latest edition of the "Standard Specifications." The most current specification number shall apply. Each such referenced part shall be considered to be a part of these Contract Documents as though copied herein in full. 110-2.2 Certain referenced parts of the Standard Specifications are modified in the Specifications that follow. In case of conflict between the Standard Specifications and the Specifications that follow, the Specifications that follow shall govern. 110-2.3 Individual material test numbers change from time to time. Use the latest applicable test. 110-2.4 Reference in the Standard Specifications to the "Department' is herein changed to the "Owner". MEASUREMENT AND PAYMENT 110-3.1 Standard Specifications will not be measured for separate payment. END OF ITEM SS-110 FYV Taxiway B Widening and Rehabilitation SS-110-1 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-110-2 Garver Project No. 17041211 ITEM SS-120 SITE PREPARATION DESCRIPTION 120-1.1 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: 1. Lighted Barricades and Closed Taxiway and Runway Markings 2. Temporary Relocated Threshold 3. Double Swing Gate 4. Temporary Haul Road Installation and Removal 5. Contractor's Access/Haul Road 6. Contractor's Staging Areas 7. Water Access 8. Airport Security Requirements 9. Airport Safety Requirements 10. Instrument Control 11. Removal and Disposal of Structures 12. Clean Up CONSTRUCTION METHODS 120-2.1 LIGHTED BARRICADES AND CLOSED TAXIWAY AND RUNWAY MARKINGS. The Contractor shall furnish, install, maintain, and remove closed taxiway and runway markings and lighted barricades in accordance with details on the plans and as directed by the Engineer. The closed runway markers shall be aviation yellow, nylon -reinforced vinyl. The markers shall be secured to the pavement/ground as shown on the plans and as directed by the Engineer. The lighted barricades shall be constructed and installed as shown on the plans. All lighted barricades and closed taxiway and runway markings shall be constructed in accordance with AC 150/5370-2F Operational Safety on Airports During Construction. All work involved in the furnishing, installation, maintenance, and removal of lighted barricades, barrels and closed runway and taxiway markings will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.2 TEMPORARY RELOCATED THRESHOLD. Before commencing work within the air operations areas the Contractor shall temporarily relocate the Runway 16-34 threshold as shown in the Plans. The Contractor shall furnish, install and maintain the temporary threshold in accordance with details on the Plans. The Contractor shall accomplish the relocation of the threshold as outlined in the plans. The Contractor shall remove the temporary threshold when work is complete within the safety area, and as directed by the sequence of construction in the Plans and by the Engineer. FYV Taxiway B Widening and Rehabilitation SS-120-1 Garver Project No. 17041211 Before relocating the threshold, the Contractor shall perform a Megger test from the regulator serving the runway in the presence of the Owner/Engineer. Data from the test shall be reported in writing to the Owner/Engineer. The Contractor shall determine the appropriate method of disabling the lights on the closed portion of the runway and shall verify the circuit prior to re -energizing. Strict adherence to OSHA Lockout/Tagout procedures is mandatory. The Contractor will be held responsible for any damage to the lighting system caused by his operations. Following restoration of the lighting system to its original/final configuration, the Megger test procedure shall be repeated by the Contractor in the presence of the Owner/Engineer, and the results of the test reported in writing to the Owner/Engineer. All work involved in the furnishing, fabrication, installation, maintenance, and removal of temporary and permanent painted markings shall be measured for payment under P-620 "Runway and Taxiway Marking." All work involved in the furnishing, fabrication, installation, maintenance, and removal of the items associated with temporary relocating the threshold including sign covers, light covers, electrical equipment, plastic markings will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.3 DOUBLE SWING GATE. The Contractor shall layout, construct, and maintain double swing gate needed to construct the work. The double swing gate shall be installed at the location shown on the plans and remain in place at the completion of the project. All such work, including all materials and labor, involved in the layout, construction, maintenance, and repair of the double swing gate will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.4 TEMPORARY HAUL ROAD INSTALLATION AND REMOVAL. The Contractor shall layout, construct, maintain, and remove the temporary haul road shown in the plans. All such work, including all materials and labor, involved in the layout, construction, maintenance, repair, and removal of the Contractor's temporary access road will not be measured for separate payment but will be considered subsidiary to the bid item "Temporary Haul Road Installation and Removal." Temporary pipe culverts shall be installed and maintained as required and shall be of the size as necessary to provide suitable drainage. The type of pipe used for temporary pipe 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 temporary haul road. All temporary pipe culverts shall be removed by the Contractor and shall remain his property at the close of the project. 120-2.5 CONTRACTOR'S ACCESS/HAUL ROAD. The Contractor shall layout, construct, maintain, restore, and repair all access/haul roads needed to construct the work. The existing access roads shown on the plans shall be repaired, as determined necessary by the Engineer, at the close of the project. Access roads to be removed at the completion of the project shall be restored with topsoil and seed. All such work, including all materials and labor, involved in the layout, construction, maintenance, and repair 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 required and shall be of the size as necessary to provide suitable drainage. The type of pipe used for temporary pipe 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. 120-2.6 CONTRACTOR'S STAGING AREAS. The areas designated in the plans or by the Engineer as the Contractor's staging area shall be cleared and graded by the Contractor as needed for use by the Contractor in constructing the work on this project. All areas 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 clearing, grubbing, regrading, topsoiling, seeding, and installing and removing fence, will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.7 WATER ACCESS. Prior to construction, the Contractor will be notified of specific fire hydrants FYV Taxiway B Widening and Rehabilitation SS-120-2 Garver Project No. 17041211 that may be utilized for access to water during construction. The Contractor will be required to obtain a water meter for use with the selected hydrants. All costs associated with the water access will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.8 AIRPORT SECURITY REQUIREMENTS. The Contractor shall abide by the Airport Security requirements that are outlined in the Construction Safety and Phasing Plan (CSPP) of the plans. Any costs associated with the Airport Security requirements will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.9 AIRPORT SAFETY REQUIREMENTS. The Contractor shall abide by the Airport Safety requirements that are outlined in the Construction Safety and Phasing Plan (CSPP) of the plans. 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." 120-2.10 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 layout and construct the work. The Contractor shall provide the instrument control as provided for in Section 50 of the General Provisions. The Contractor's instrument control of the work shall not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.11 REMOVAL AND DISPOSAL OF STRUCTURES. This work shall consist of the removal and satisfactory disposal of signs, sign supports, sign foundations; curb and curb and gutter; fence; manholes; drainage structures (including reinforced concrete channels, headwalls, and wingwalls); concrete or masonry foundations (including foundations of poles or signs to be removed) or slabs; concrete ducts and pipe culverts, all of which are not designated or permitted to remain. The Contractor shall make his own estimate of the work required for the removal of structures which conflict with the proposed construction. All structures required to be removed may not be designated as such in the plans. The attention of the bidder is directed to the necessity for careful examination of the entire site to determine, at the time of bid preparation, the full extent of work to be accomplished. The entire site shall be cleared of all man-made obstructions and debris, of whatever nature, and prepared in all respects for the construction. The Contractor shall not unnecessarily interfere with the use of any adjacent sidewalks, streets, or roads. Materials removed will become the property of the Contractor and shall be removed from the job site, unless specifically designated otherwise. All surface items such as curb, curb and gutter, driveways, parking areas, walks, steps, asphalt and PCC pavement, and walls shall be separated or broken away from the adjacent part of any structure designated to remain in place by a vertical saw cut along the line designated by the Engineer. The edge of the structure left in place shall be approximately vertical with no abrupt changes in alignment. Any damage to or removal of the structure designated to remain in place shall be repaired or replaced at no cost to the Owner. Holes, ditches, or other abrupt changes in elevation caused by the removal operations that could obstruct drainage or be considered hazardous or unsightly shall be backfilled, compacted, and left in a workmanlike condition. Existing concrete ducts and parts thereof that interfere with the new construction shall be removed. Existing pipe culverts or parts thereof that interfere with the new construction shall be removed. Where existing pipe culverts are to be extended or otherwise incorporated into the new work, only such part of the existing structure shall be removed as to provide a proper connection to the new work. The connecting edges or joints shall be cut, chipped, and trimmed to the required lines and grades without FYV Taxiway B Widening and Rehabilitation SS-120-3 Garver Project No. 17041211 weakening or damaging the part of the structure to be retained. For a pipe culvert extension, the headwall and the attached end joint of concrete pipe or the flared end section on all types of pipe shall be removed to accommodate the extension. This work will not be paid for directly but will be considered included in the items involved in the culvert extension. This item includes any additional construction required to connect existing pipes to the constructed drainage system. Trenches or voids resulting from the removal or demolition of existing culverts or other structures shall be filled with approved material placed in layers in accordance with Item P-152. Masonry and reinforced concrete structures shall be completely removed. The removal and disposal of the various items covered by this specification will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.12 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. MEASUREMENT AND PAYMENT 120-3.1 Site preparation will be measured as a lump sum complete item. 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. Partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by the Engineer, the final 10%. 120-3.2 Temporary haul road installation and removal will be measured as a lump sum complete item. Work completed and accepted under this item will be paid for at the contract lump sum price bid for "Temporary Haul Road Installation and Removal," which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. FYV Taxiway B Widening and Rehabilitation SS-120-4 Garver Project No. 17041211 Payment will be made under: Item SS-120-3.1 Site Preparation - per Lump Sum Item SS-120-3.2 Temporary Haul Road Installation and Removal - per Lump Sum END OF ITEM SS-120 FYV Taxiway B Widening and Rehabilitation SS-120-5 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-120-6 Garver Project No. 17041211 ITEM SS-130 TRENCH AND EXCAVATION SAFETY SYSTEMS DESCRIPTION 130-1.1 This section covers trench and excavation safety system required for constructing improvements that necessitate open excavations on the project. All work under this item shall be in accordance with the current edition of the "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart "P", a copy of which may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. NOTIFICATIONS REQUIRED 130-2.1 The Contractor, prior to beginning any excavation, shall notify the State Department of Labor (Safety Division) that work is commencing on a project with excavations greater than five feet. The Contractor shall notify all Utility Companies and Owners in accordance with OSHA Administration 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground installations. EXISTING STRUCTURES AND UTILITIES 130-3.1 Where the trench or excavation endangers the stability of a building, wall, street, highway, utilities or other installation, the Contractor shall provide support systems such as shoring, bracing, or underpinning to ensure the stability of such structure or utility. The Contractor may elect to remove and replace or relocate such structures or utilities with the written approval of the owner of the structure or utility and the Project Owner. MEASUREMENT AND PAYMENT 130-4.1 The work required by this item will be paid for at the lump sum price bid for "Trench and Excavation Safety Systems", which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. After award of the contract, the Contractor shall submit to the Engineer a breakdown of cost for work involved in the lump sum price bid for "Trench and Excavation Safety Systems" and shall, with each periodic payment request, submit a certification by the Contractor's "competent person" as defined in Subpart "P" 1926.650(b) that the Contractor has complied with the provisions of "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System", 29 CFR 1926 Subpart P for work for which payment is requested. 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 SS-130-4.1 Trench and Excavation Safety Systems - per Lump Sum END OF ITEM SS-130 FYV Taxiway B Widening and Rehabilitation SS-130-1 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-130-2 Garver Project No. 17041211 ITEM SS-222 HAUL ROAD REPAIR DESCRIPTION 222-1.1 This item shall consist of the full depth repair of asphalt pavement accordance with the lines, grades, thicknesses, and typical sections shown in the Plans, or as directed by the Engineer. STANDARDS 222-2.1 Work under this section shall be in accordance with the portions of ITEM P-101 SURFACE PREPARATION, P-209 CRUSHED AGGREGATE BASE COURSE, ITEM P-401 HOT MIX ASPHALT (HMA PAVEMENTS), and ITEM P-603 BITUMINOUS BASE TACK COAT of these specifications, except as modified or augmented herein. CONSTRUCTION METHODS 222-3.1 PAVEMENT REMOVAL. The area of pavement to be removed shall be as directed by the Engineer. The Contract shall saw cut a clean vertical edge and remove all pavement as described in Item P-101 of these specifications. Pavement removal shall include removal of the existing pavement section plus another 1-ft below the existing base course. Any damage to the pavement to remain during removal operations shall be repaired at the Contractor's expense. 222-3.2 AGGREGATE BASE. Following the preparation of a suitable subgrade, the Contractor shall install crushed aggregate base in accordance with Item P-209. Unless otherwise directed by the Engineer, repair areas shall have a minimum aggregate base thickness of 12". 222-3.3 ASPHALT PLAVEMENT. Prior to placing asphalt, the repaired area shall receive an application of tack coat meeting the requirements of Item P-603. Asphalt used for pavement repair shall conform to the requirements of Item P-401. Repair areas shall have a minimum asphalt course thickness of 4". METHOD OF MEASUREMENT 222-4.1 Haul Road Repair and will be measured by the square yard. The area measured for pavement will be as determined by the Engineer. BASIS OF PAYMENT 222-5.1 Work completed and accepted under this item and measured as provided above will be paid for at the contract unit prices bid per square yard for Haul Road Repair accepted in -place, of the thickness specified, which price shall be full compensation for all necessary pavement removal, earthwork, backfill with aggregate base course, asphalt pavement, and for furnishing, transporting and placing materials; for the preparation and processing of materials; for rolling; and for all labor, equipment, testing, tools and incidentals necessary to complete the work. Payment will be made under: Item SS-222-5.1 Haul Road Repair - per Square Yard END OF ITEM SS-222 FYV Taxiway B Widening and Rehabilitation SS-222-1 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-222-2 Garver Project No. 17041211 ITEM SS-300 BASIC ELECTRICAL REQUIREMENTS DESCRIPTION 300-1.1 This item shall consist of furnishing and installing complete electrical systems as defined in the plans and in these specifications. The work includes the installation, connection and testing of new electrical systems, equipment and all required appurtenances to construct and demonstrate proper operation of the completed electrical systems. 300-1.2 The Contractor shall maintain current copies of all referenced and applicable standards on the job site. The Contractor is responsible to make known to the Engineer any conflict between plans and specifications that he observes or of which he is made aware. 300-1.3 This work shall consist of lockout/tagout and constant current regulator calibration procedures at the airport electrical vault in accordance with the design and details shown in the plans and in compliance with these specification documents. 300-2.1 STANDARDS. to: EQUIPMENT AND MATERIALS Applicable National Fire Protection Association (NFPA) codes, including but not limited (1) NFPA 70 - National Electrical Code. (2) NFPA 70E - Standard for Electrical Safety in the Workplace. (3) NFPA 101 - Life Safety Code. (4) Internet Website: http://www.nfpa.org b. Applicable Code of Federal Regulations (CFR) codes, including but not limited to: (1) 29 CFR 1910 - Occupational Safety and Health Standards (OSHA) (2) 29 CFR 1926 - Safety and Health Regulations for Construction. (3) Internet Website: http://www.gpoaccess.gov/cfr/index.html C. ANSI/IEEE C2 - National Electrical Safety Code. d. NECA 1 — Standard for Good Workmanship in Electrical Construction. e. Applicable Federal, State and Local Electrical Codes. f. Applicable Federal, State and Local Energy Codes. g. Applicable Federal, State and Local Building Codes. h. Applicable Federal, State and Local Fire Codes. i. Applicable City Electrical Code. j. Applicable City Ordinances pertaining to electrical work. k. Applicable Federal, State and Local - Environmental, Health and Safety Laws and Regulations. Contractor shall utilize the most current editions of standards, which are current at time of bid and as recognized by the Authority Having Jurisdiction for the respective standard. 300-2.2 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified and listed under Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, current version on the date that the submittals are received by the Engineer. FYV Taxiway B Widening and Rehabilitation SS-300-1 Garver Project No. 17041211 b. Airport lighting equipment and materials shall also meet the Buy American Preference requirements in 49 USC 50101 and the Aviation Safety and Capacity Expansion Act. The equipment shall be approved and listed on the FAA "Equipment Meeting Buy American Requirements" list located at www.faa.gov/airports/aip/procurement/federal_ contract_ provisions/, current version on the date that the submittals are received by the Engineer, or the Contractor may submit a signed formal letter from the manufacturer that clearly lists the specific equipment, model number, location where it is manufactured, and statement certifying that the equipment and/or materials meet the Buy American Preference requirements. C. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. All equipment and materials shall be new and meet applicable manufacturer's standards. All electrical components and products shall be tested and listed by an OSHA accepted, nationally recognized testing laboratory (NRTL) to conform to the standards indicated in these contract documents and to the industry standards required in the NEC, NEMA, IEEE, UL, and applicable FAA advisory circulars. d. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. e. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components or electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. f. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the Contract Documents plans and specifications. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. g. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. (1) All LED light fixtures, with the exception of obstruction lighting, shall be warranted by the manufacturer for a minimum of 4 years after date of installation, final acceptance testing by the Engineer, and Owner's beneficial use of the equipment, inclusive of all electronics. Refer to FAA Engineering Brief No. 67D for additional requirements. h. Refer to Special Provisions item C-13 Submittals for electronic or paper submittal requirements for Engineer's review. FYV Taxiway B Widening and Rehabilitation SS-300-2 Garver Project No. 17041211 i. After approval of submitted equipment, the Contractor shall supply the following Operation and Maintenance Manual documentation to the Owner. Two (2) complete sets of documentation shall be supplied for each model of equipment. The documentation shall be securely bound in heavy-duty 3-ring binders. The information for each piece of equipment shall be indexed using typewritten label tabs. The spine of each binder shall have a typewritten label, which indicates the included equipment types. The documentation shall include: (1) Approved Submittals and Shop Drawings (2) Cable Splicer Qualifications, Type and Voltage (3) State Contractors License with Electrical Classification (4) Master, Journeyman and Apprentice Electrician Licenses and Certifications (5) Lockout/Tagout Program (6) Installation Manuals (7) Operation Manuals (8) Maintenance Manuals (9) Parts Lists, including recommended spare parts. Recommended spare parts shall be furnished with the respective equipment. (10) Ground Rod Impedance Test Reports (11) Cable Pulling Tension Value Logs (12) Insulation Resistance Test Reports (13) Regulator Load and Calibration Reports for testing, checking and adjusting all regulators in the electrical vault j. After approval of the O&M Manuals, the Contractor shall provide three (3) complete electronic copies of all documentation in Adobe PDF file format on CD-R (non-rewriteable) discs storage media. The electronic files shall contain searchable text and include a hyperlink index for ease in locating information with the PDF file. k. All requirements herein Item SS-300 shall be applicable to all referenced sections in these contract documents and applicable to all sections, which reference Item SS-300. I. Electronic PDF copies of the O&M manuals shall be saved within a "specific job number and project name" folder on the ALCMS computer system. M. The Contractor is the single source of responsibility for the installation and integration of the airport's lighting, power, and control systems. New airport lighting equipment and materials shall be fully compatible with all other new and existing airport lighting equipment and systems. Any non - compatible components furnished by the Contractor shall be replaced at no additional cost to the Owner with a similar unit that is approved by the Engineer and compatible with the remainder of the airport lighting system. 300-2.3 OPERATION AND MAINTENANCE DATA. Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment. Provide bound hard copies and electronic copies as noted in section 300-2.2. a. Certificate of Substantial Completion, Release and Contractor's Affidavit, executed copies. b. Final approved equipment submittals, including product data sheets and shop drawings, clearly labeled. FYV Taxiway B Widening and Rehabilitation SS-300-3 Garver Project No. 17041211 C. Installation manuals: Description of function, installation and calibration manuals, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of all replaceable parts. d. Operations manuals: Manufacturer's printed operating instructions and procedures to include start-up, break-in, routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; summer and winter operating instructions; and all programming and equipment settings. e. Maintenance manuals: Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. f. Service manuals: Servicing instructions and lubrication charts and schedules, including the names and telephone numbers of personnel to contact for both routine periodic and warranty service for equipment and materials provided under this Specification. g. Final test reports, clearly labeled, including but not limited to, insulation resistance test reports, ground rod impedance test reports, cable pulling tension values logs, and equipment certification tests. Final certified calibration sheets for all equipment and instruments. i. Preventive maintenance programs for the visual aid facilities and equipment installed in this project, including the applicable equipment sections within Chapter 5 "Preventive Maintenance" from AC 150/5340-26 (latest edition) "Maintenance of Airport Visual Aid Facilities". 300-2.4 WIRE. Unless otherwise indicated, conductors No. 10 AWG and smaller shall be solid, and conductors No. 8 AWG and larger shall be stranded. For electrical work of 600 volts or less, all conductors, terminations, terminal blocks, lugs, connectors, devices and equipment shall be listed, marked, and rated 75 degrees C minimum unless otherwise noted. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips that will not damage cables or raceway. Pull ropes and pull wires shall have sufficient tensile strength for the cable(s) to be pulled and installed. Damaged cable or raceway shall be replaced at no additional cost to the Owner. Calculate and do not exceed the maximum allowable pulling tension or maximum allowable sidewall bearing pressure for all conductors and cables. Install pull wires in empty raceways. Use a polypropylene plastic line with not less than 200 pound tensile strength. Secure and leave at least 12 inches of slack at each end of pull wire to prevent it from slipping back into the conduit. Cap spare raceways with removable tapered plugs, designed for this purpose. 300-2.5 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, with a minimum 28-day compressive strength of 3500 PSI (unless otherwise noted) using 1-inch (25-mm) maximum size coarse aggregate, as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Flowable backfill material may only be used where specifically indicated in the Plan details. 300-2.6 CONSTANT CURRENT REGULATORS. The Contractor shall submit his initial regulator load test reports prior to any work on the electrical system. The Contractor shall test all regulators within the electrical vault and submit these reports to the Engineer prior to Contractor proceeding with his work. The Contractor shall calibrate all new and existing regulators following construction and prior to final acceptance testing in accordance with FAA AC 150/5340-26 "Maintenance of Airport Visual Aid Facilities" and manufacturer's recommendations. Contractor shall submit calibration report to Engineer. FYV Taxiway B Widening and Rehabilitation SS-300-4 Garver Project No. 17041211 After final acceptance testing has been completed, the Contractor shall complete and submit his final regulator load test reports to the Engineer for all regulators and insert copies of the final regulator load test reports in the Operation and Maintenance Manuals. CONSTRUCTION METHODS 300-3.1 LOCKOUT/TAGOUT PROGRAM. The Contractor shall provide a complete copy of an electrical energy source Lockout/Tagout Program to the Owner, with copy to the Engineer. The document shall clearly identify the on -site master electricians and their contact information, including office and mobile telephone numbers. The Lockout/Tagout Program shall comply with Part 1910 — Occupational Safety and Health Standards (OSHA) Subpart S — Electrical, and meet the requirements of 29 CFR 1910.147, The Control of Hazardous Energy (Lockout/Tagout), including requirements listed in 1910.331 through 1910.335. Implementation of the Lockout/Tagout Program and all other related safety requirements are the sole responsibility of the Contractor. 300-3.2 SAFETY PROGRAM. The Contractor shall implement an electrical safety program that complies with NFPA 70E and 29 CFR 1926. Implementation of the Electrical Safety Program, determining and providing proper Personal Protective Equipment (PPE), training and enforcing personnel to wear the prescribed PPE, conducting work area safety inspections (including correcting deficiencies), and all other related safety requirements are the sole responsibility of the Contractor. All work involved in the preparation and implementation of the safety program will not be measured for separate payment, but will be considered subsidiary to the lockout/tagout bid item. 300-3.3 GENERAL. The Contractor shall be responsible for coordinating all electrical work with the Utility. The Contractor shall provide temporary service conductors and raceway system. The Contractor shall then provide and connect permanent service conductors and raceway system after the completion. All secondary conductors and controls, signaling and lighting shown in or on buildings are included in this project. Electrical service shall be extended from the service equipment as indicated. In general, the various electrical equipment and material to be installed by the various trades under this specification shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards so as to complete the work in a neat and satisfactory manner. The following is a general outline concerning the running of various systems and is to be excepted where the drawings or conditions at the buildings necessitate deviating from these standards. The drawings and specifications are complementary; any work required by one, but not by the other, shall be performed as though required by both. The construction details are illustrated on the drawings. Each Contractor shall thoroughly acquaint himself with the details before submitting his bid as no allowances will be made because of the Con- tractor's unfamiliarity with these details. FYV Taxiway B Widening and Rehabilitation SS-300-5 Garver Project No. 17041211 The electrical plans do not give exact locations, etc., and do not show all the offsets, control lines, junction boxes, and other installation details. Each Contractor shall carefully lay out his work at the site to conform to the job conditions, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide complete operating systems. The electrical plans show diagrammatically the locations of the various electrical outlets and apparatus and the method of circulating and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general plans and to all detail drawings, etc., by measurements at the buildings, and in cooperation with other crafts, and in all cases shall be subject to the approval of the Engineer. The Engineer reserves the right to make any reasonable change in location of any outlet or apparatus before installation, without additional cost to the Owner. These Specifications and the accompanying Drawings are intended to cover systems which will not interfere with the structure of the buildings, which will fit into the several available spaces, and which will insure complete and satisfactory systems. Each bidder shall be responsible for the proper fitting of his material and apparatus into the buildings. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the Drawings, he shall arrange for such space with the Engineer before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such changes at the Contractor's expense. Should the particular equipment which any bidder proposes to install require other installation methods, such as larger light base junction structures, etc., he shall include all such equipment and appurtenances in his bid. Should changes become necessary on account of failure to coordinate equipment requirements and comply with this clause, the Contractor shall make such changes at the Contractor's expense. The Contractor shall be responsible to see that each party furnishes electrical equipment which meets the electrical requirements specified herein and that all systems work together to produce the specified operation. Where two or more units of the same kind or class of equipment are required, these shall be products of a single manufacturer; however, the component parts need not be the products of one manufacturer. Each Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these Specifications and Plans, which shall be checked by the Engineer and approved before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. All electrical equipment shall be securely mounted as indicated in the plans, as required by the contract specifications, as required by guidelines and codes, and as required by the manufacturer using hardware compliant with the environmental conditions. Interior components of electrical enclosures shall be securely mounted using appropriate hardware within the enclosure. Adhesives or adhesive tapes/strips are not allowed and are prohibited. Electrical components, including but not limited to, relays, circuit boards, electronics, etc, shall be installed within approved enclosures. The Contractor shall keep ends of conduits, including those extending through roofs, equipment and fixtures covered or closed with caps or plugs to prevent foreign material from entering during construction. FYV Taxiway B Widening and Rehabilitation SS-300-6 Garver Project No. 17041211 Where portions of raceways are known to be subjected to different temperatures, where condensation is a problem, and where passing from interior to exterior of a building, the portion of raceway or sleeve shall be filled with an approved material to prevent the circulation of air, prevent condensation, and prevent moisture entry. Sealing of raceways shall not occur until after the conductors and cables have been installed, tested and accepted by the Engineer. The Contractor shall install any temporary lines and connections required to maintain electric services and safely remove and dispose of them when complete. All temporary wiring shall conform to OSHA standards. Remove temporary services when work is complete. Any damage to electrical equipment caused by the Contractor shall be repaired at no cost to the Owner. All non -current carrying parts and neutrals shall be grounded as indicated on the Drawings or as required by the Codes. White and/or gray outer finish conductors may only be used as grounded conductors or neutral conductors in accordance with NEC. Install insulated green equipment grounding conductors with all feeder and branch circuits Provide separate insulated equipment grounding conductors from grounding system to each electrical equipment, telecommunication equipment, other special electrical system equipment, and appurtenance item location in accordance with NFPA 70 and other applicable standard requirements. The bidder shall inspect the site, thoroughly acquaint himself with conditions to be met and work to be accomplished. Failure to comply with this shall not constitute grounds for any additional payments. Where electrical equipment is installed that causes electrical noise interference with other systems either existing or installed under this contract, the offending equipment shall be equipped with isolating trans- formers, filters, reactors, shielding, or any other means as required for the satisfactory suppression of the interferences, as determined by the Engineer. All junction boxes, expansion joints, flexible connections, instruments and similar items requiring servicing or repairs shall be installed in an accessible location. All salvage and equipment removed by the work shall remain the property of the Owner. Material removed from the project shall be stored on the project site where and as directed. Debris shall be removed from the job site and disposed of by the Contractor. The Contractor shall maintain his work area clean and orderly at all times. Debris shall be removed promptly. The electrical system shall be thoroughly cleaned inside and outside of all enclosures to remove all metal shavings or other work debris, dust, concrete splatter, plaster, paint and lint. The Contractor shall do all excavating and backfilling made necessary by electrical work and shall remove all surplus or supply any earth required to establish the proper finished grade. The Contractor shall do all cutting and patching made necessary by electrical work, but in no case shall he cut through or into any structural member without written permission of the Engineer. All steel conduits, supports, channels, fittings, nuts, bolts, etc. shall be galvanized, corrosion -resistant type unless otherwise noted. An approved anti -seize compound shall be used on all threads to prevent equipment and thread damage. FYV Taxiway B Widening and Rehabilitation SS-300-7 Garver Project No. 17041211 Equipment shall be installed in accordance with manufacturer's recommendation. Make all final electrical connections and coordinate all items with other trades. Correct unnecessary damage caused due to installation of work, brought about through carelessness or lack of coordination. All openings, sleeves, and holes to be properly sealed, fire proofed and water proofed. Any water leaks arising from project construction will be immediately corrected to the satisfaction of the Owner and the Engineer. 300-3.4 DUCT AND CONDUIT. Conduit runs shall be one trade size continuously with no reducers allowed. Changing of conduit size is only permitted at manholes, handholes, and boxes and conduit bodies used as outlet, device, junction, or pull boxes, including approved, listed fittings with removable covers. Use an approved, listed adapter/coupling to convert to other types of conduit. Reducer couplings are not allowed. Non -encased conduits shall convert to concrete encased ducts under all paved areas and shall extend at least 3 feet beyond the edges of the pavement unless otherwise noted. The Contractor shall provide a staked centerline or offset for the duct and manhole system - utilizing the drawings and a site inspection of the existing grounds, grades and utility crossings. The Owner and Engineer shall approve the staking plan that shall be indicated on a drawing submitted for approval before starting any excavation for the ducts. The staking plan shall indicate the proposed location, elevation and dimensions of manholes and handholes. The Engineer reserves the right to adjust duct, manhole and handhole locations and elevations before installation at no additional cost to the Owner. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Install grounding -and -bonding type bushings and bonding jumpers on on all feeder and branch circuit conduits. Use conduit bushings at each conduit termination. Where No. 4 AWG or larger ungrounded wire is installed, use insulated bushings. When EMT is allowed, utilize only steel compression fittings. Die-cast and set -screw fittings shall not be used. Use double lock nuts at each conduit termination. Use weather tight hubs in damp and wet locations. Sealing lock nuts shall not be used. Grounding continuity to rigid metal conduit shall be accomplished by grounding bushings/adapters with lugs for connection to grounding counterpoise and/or grounding electrode conductor as defined by NEC. All exposed wiring shall be run in not less than 1/2 inch (12 mm) galvanized rigid steel conduit. All conduits shall be installed to provide for drainage. Conduit shall be attached to wooden structures with galvanized pipe straps and fastened with galvanized wood screws not less than No. 8 nor less than 1-1/4 inches (31 mm) long. There shall be at least two fastenings for each 10-foot (3 m) length. FYV Taxiway B Widening and Rehabilitation SS-300-8 Garver Project No. 17041211 Existing ducts may require clearing before use. It is the responsibility of the Contractor to locate the existing ducts, identify empty or partially empty conduits and clear the conduits as required. Where new cable is to be installed in existing duct, the full length of the duct shall be cleared of debris by mechanical means before the installation of the new cable. Acceptable methods of clearing existing ducts include "hydro -jetting" and "roto-rooting." All existing cables in each re -used duct shall be replaced for the length of the duct and properly spliced in a method approved by the Engineer. Clearing of existing duct banks or conduits is incidental to the cable pay item. Dedicated ground rods shall be installed and exothermically welded to the counterpoise wire at each end of a duct bank crossing under pavement. For concrete markers, the impression of letters shall be done in a manner, approved by the Engineer, to effect a neat, professional appearance. The letters shall be stenciled neatly. After placement, all markers shall be given one coat of high -visibility aviation orange paint, as approved by the Engineer. 300-3.5 JUNCTION BOXES. Junction cans shall have both internal and external ground lugs. Size (diameter) and depth shall be as specified in the plans. Galvanized cans shall have an external ground lug for mechanical connection/bolting ground clamps bonding. 300-3.6 BACKFILL, COMPACTION, AND RESTORATION. Refer to the backfill, compaction and restoration requirements within Item P-152 where other compaction requirements are specified (under pavements, embankments, etc.) Trenches shall be backfilled and compacted in 6" layers to 90% maximum density for cohesive soils and to 100% maximum density for non -cohesive soils, as determined by ASTM D1557. The in -place field density shall be determined in accordance with ASTM D1556, D2167, or D6938. Backfilling from two directions will not be allowed. No backfilling will be accomplished without the approval of the Engineer or Construction Observer. The Contractor shall ensure all trenches are inspected prior to being covered and prior to encasement. Any uninspected trenches which are prematurely covered shall be exposed for inspection at the Engineer and Owner's convenience at no additional cost to the Owner. The Construction Observer will coordinate with the Contractor for advance scheduling of trench inspection. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. 300-3.7 CABLE AND UTILITY COORDINATION. The existing and the proposed locations of lighting cable are approximate. The Contractor shall be responsible for field locating and identifying the existing lighting circuits to determine their exact routing. The Contractor shall also be responsible for maintaining the lighting systems in a working condition until the new lighting circuits have been installed and tested. The Contractor shall proactively and expeditiously accomplish this cable identification work prior to performing any modifications to the lighting circuits. Coordinate identification work with the Owner and Engineer and make all corrections, additions, etc. on the as -built drawings. FYV Taxiway B Widening and Rehabilitation SS-300-9 Garver Project No. 17041211 Underground cable and utilities exist within and adjacent to the limits of construction. An attempt has been made to locate these cables and utilities on the Plans. All existing cable and utilities may not be shown on the Plans and the location of the cables and utilities shown may vary from the location shown on the Plans. Prior to beginning of any type of excavation, the Contractor shall contact the utilities, the airport maintenance staff, FAA field personnel and other organizations as required and make arrangements for the location of the utilities on the ground. The Contractor shall maintain the cable and utility location markings until they are no longer required. The Contractor shall replace or repair any underground cable or utility that has been damaged by the Contractor during excavation to the satisfaction of the owner of the cable or utility at no additional cost to the Owner. 300-3.8 WIRING. The Contractor shall furnish all labor and materials and shall make complete electrical connections in accordance with the wiring diagram furnished with the project plans. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFPA-70, National Electrical Code. All new electrical cable shall be marked using color -coded plastic electrical tape, which is specifically designed for application on polyethylene -jacketed cable. The tape shall be applied as detailed on the Plans. Marking tape shall be Scotch 35 Vinyl Plastic tape or approved equal. 300-3.9 REMOVAL AND RELOCATION OF EXISTING EQUIPMENT. The Contractor shall carefully remove all salvageable equipment as indicated on the Plans. Any equipment which is damaged during the removal operation shall be subject to a reduction in payment for removal of the equipment. All equipment which is removed during this project shall be transported to a site on the Airfield or removed from the Airfield and properly disposed of as directed by the Owner and the Engineer. The Contractor shall carefully relocate existing equipment as indicated in the Plans. Any equipment that is damaged during the relocation operation shall be replaced at no additional cost to the Owner. Any existing electrical equipment, conduit, cables, etc. that is damaged during construction shall be replaced at no additional cost to the Owner to the satisfaction of the Owner and the Engineer. 300-3.10 5 kV CABLE CONNECTIONS Cable splicing/terminating personnel shall be licensed electricians who have the minimum continuous experience in terminating/splicing medium voltage cable as listed in Item L-108. The qualifications for these airfield lighting cable splicers shall be submitted for review and approval by the Engineer prior to any work. The Engineer may request sample splices be performed in his presence by the proposed personnel to clearly demonstrate that they have the skill and experience to perform this work. Connector kits and cables shall be provided in sufficient quantity by the Contractor in demonstrating these qualifications at no additional cost to the Owner. Field -attached plug-in splices using FAA certified L-823 plug and receptacle connector kits, properly sized to the cable being used, shall be installed as shown in the plans. This work shall include the taping and heat shrinking. Refer to Item L-108 for additional requirements. As an option, the Contractor may utilize enhanced FAA certified L-823 connector kits, such as the Amerace 54Super Kit. These kits do not require taping or heat shrinking. These kits shall be installed in accordance with the manufacturer's installation requirements. Note that the mixing of connector kits is unacceptable. The Contractor shall clearly list and submit the connector kits he proposes to utilize on the project for approval prior to any field construction work, and he shall only install that type during construction unless otherwise noted by the Engineer. FYV Taxiway B Widening and Rehabilitation SS-300-10 Garver Project No. 17041211 300-3.11 CERTIFICATION AND PERFORMANCE. Equipment and materials covered by FAA Advisory Circulars are referred to by item numbers and approved equipment is listed within the AC 150/5345-53 Airport Lighting Equipment Certification Program's monthly Addendum, which contains a complete and updated listing of the certified equipment and manufacturers, and is listed in the FAA Buy American Preference equipment list, which is also updated monthly. The Contractor shall provide and install new certified equipment that works reliably and efficiently with the existing equipment to remain in service. The Contractor shall provide any additional accessories and/or appurtenances required to provide fully functional electrical systems to the satisfaction of the Owner and Engineer, at no additional cost to the Owner. The Contractor shall ascertain that all lighting system components furnished (including FAA certified and approved equipment) are compatible in all respects with each other and the remainder of the new and existing systems. Any non -compatible components furnished by the Contractor shall be replaced at no additional cost to the Owner with a similar unit that is approved by the Engineer and compatible with the remainder of the airport lighting system. 300-3.12 AS -BUILT DRAWINGS. Before work is started, the Contractor shall obtain at his expense one (1) full-sized set of prints for As -Built records; the Engineer will supply the tracings at printing cost to the Contractor. The Contractor shall locate all underground and concealed work, identifying all equipment, conduit, circuit numbers, motors, feeders, breakers, switches, and starters. The Contractor will certify accuracy by endorsement. As -Built drawings shall be correct in every detail, so Owner can properly operate, maintain, and repair exposed and concealed work. The As -Built drawings shall indicate all control system labeling and marking. The Contractor shall store the As -Built drawings on the site. Drawings shall not be rolled. Make corrections, additions, etc., with pencil, with date and authorization of change. As -Built drawings must be submitted to Engineer before project will be accepted. Minor deviations from the Plans and Specifications shall be as approved by the Engineer. Upon completion of the installation, the Contractor shall adjust the systems to the satisfaction of the Engineer. 300-3.13 TESTING. General Electrical Testing: Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification and certify compliance with test parameters. Tests shall be conducted in the presence of the Engineer and shall be to his/her satisfaction. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. Perform infrared scan tests and inspections of service and power distribution equipment at the respective hangars and provide reports. Electrical equipment will be considered defective if it does not pass tests and inspections. Reports shall include notations of deficiencies, remedial action taken and observations after remedial action. System and Equipment Testing: All installations shall be fully tested by continuous operation for not less than 24 hours as completed systems prior to acceptance. These tests shall include the functioning of each control not less than 10 times. Test equipment and instruments utilized by the Contractor shall have been calibrated following the manufacturer's recommended schedule to verify their accuracy prior to performing the testing work. The Contractor shall provide instrument calibration certificates on test equipment when requested by the Engineer. Retesting work due to inaccurate or defective instruments shall be performed by the Contractor to the satisfaction of the Engineer at no additional cost to the Owner. FYV Taxiway B Widening and Rehabilitation SS-300-11 Garver Project No. 17041211 Regulator Calibration: The Contractor shall check and calibrate both new and existing regulators utilizing the enclosed "Constant Current Regulator Calibration Report". Refer to the material section on constant current regulators for additional requirements. New regulators are calibrated at the factory prior to shipping, while existing regulators typically need checks and calibrations on a routine basis so that they do not get out of tolerance. The intent is to check and/or calibrate these regulators using a high accuracy meter prior to energizing and placing the airfield lighting system in service. Utilize a high accuracy true RMS ammeter with high accuracy clamp -on current probe when making these measurements (use round type probes, accuracy + or — 2% required, sized per the cable diameter and circuit ampacity to achieve the best accuracy). Adjust regulators per manufacturer's instructions to meet the output currents on each brightness step as listed in Tables 5-2 and 5-3 in AC 150/5340-26. Megger Testing: The Contractor shall perform megger testing on each existing regulator circuit prior to any work on the electrical system. This information shall be recorded and documented by the Contractor and submitted to the Engineer. The Contractor shall perform megger tests on each regulator circuit after the acceptance test period. This acceptance test information shall be recorded and documented by the Contractor and submitted to the Engineer. Megger test shall be performed in accordance with the requirements of Item L-108. The Contractor shall submit his initial megger test reports on the enclosed "Insulation - Resistance Test Report" form prior to any work on the electrical system. This report shall be submitted to the Engineer and approved by the Owner prior to Contractor proceeding with his work. After final acceptance testing has been completed, the Contractor shall complete and submit his final megger test reports to the Engineer and insert copies of the initial and final megger test reports in the Operation and Maintenance Manuals. Megger testing shall be performed using an insulation meter, such as a Fluke 1507 Insulation Resistance Multimeter, Ideal 61-797 Digital Insulation Meter, or approved equal having an insulation test range up to 10 Gigohms or greater. Insulation resistance testers for 5kV series circuits shall utilize the 1000V DC source output for testing. The test equipment shall be submitted for review and approval by the Engineer prior to performing the tests. The Contractor shall be responsible to maintain an insulation resistance equal to minimum 80% of the initial testing value through the end of the contract warranty period. This requirement is based on AC 150/5340-26C which states that resistance values inevitably decline over the service life of the circuit and that a 10-20 percent decline per year is considered normal. Note that AC 150/5340-26C cancels AC 150/5340-26B; thus refer to the current edition of the maintenance AC for requirements in this project. For existing circuit insulation resistance requirements, refer to "Existing Circuits" section of Item L-108. FYV Taxiway B Widening and Rehabilitation SS-300-12 Garver Project No. 17041211 The insulation resistance to ground for 600V rated cables shall be not less than 100 Megohms when measured per NETA standards. The installations shall be tested in operation as a completed unit prior to acceptance. Tests shall include taking megger and voltage readings in accordance with manufacturer's requirements. Testing equipment shall be furnished by the Contractor. C. Ground Rod Impedance Testing: The enclosed "Ground Rod Impedance Test Report" form shall be used and testing shall be performed in the presence of the Engineer. As -Built drawings shall indicate the location of all installed ground rods. Each ground rod shall have a unique identifier that corresponds with its submitted ground impedance test report. Three -pole fall -of -potential testers that can measure the ground resistance of a ground rod using auxiliary electrodes (staked testing), such as a Fluke 1621 Earth Ground Tester, shall be used for testing individual dedicated equipment ground rods at fixtures and equipment, or for testing isolated counterpoise ground rods not yet connected to the counterpoise wire. Clamp -on testers that can measure the ground resistance of a ground rod without using auxiliary ground rods (stakeless testing), such as a Fluke 1630 Earth Ground Clamp Meter or approved equal, shall be used for testing counterpoise ground rods which have already been connected to the counterpoise wire, or ground ring ground rods which have already been connected to the established ground ring system. Ground impedance test equipment shall be submitted for review and approval by the Engineer prior to performing the tests. If the ground rod's impedance exceeds 25 ohms, an additional rod shall be driven in a location suitable and approved by the Engineer. However, the additional rod must satisfy the requirements of NEC 250.53 and not be less than 6 feet away from any other ground rod electrode. Additional ground rods shall not be measured for separate payment but shall be considered subsidiary to the counterpoise or respective equipment pay item. The Contractor shall perform additional tests if required and requested by the Engineer at no additional cost. The Contractor shall coordinate with the resident Engineer to approve tests daily before proceeding. The Contractor shall fill out a separate test report for each date. Test reports shall be submitted weekly to the Engineer. Cable Pulling Tension Values Log: The enclosed "Cable Pulling Tension Values Log" form shall be used for monitoring cable pull tension values in the presence of the Engineer. 300-3.14 INSPECTION FEES AND PERMITS. The Contractor shall obtain and pay for all necessary construction permits, licenses, government charges, and inspection fees necessary for prosecution of the Work. Unless otherwise noted, the Contractor shall pay all charges of utility owners for connections for providing permanent service to the Work, ready for subsequent utility account transfer to the Owner after final acceptance. FYV Taxiway B Widening and Rehabilitation SS-300-13 Garver Project No. 17041211 300-3.15 WORK SUPERVISION. State of Arkansas: The electrical contractor (whether the general contractor or a subcontractor) shall be a licensed contractor in the state of Arkansas having an electrical classification suitable for performing the work required in these contract documents. The Contractor shall designate in writing the qualified electrical supervisor who shall provide supervision to all electrical work on this project. The minimum qualifications for the electrical supervisor shall be a master electrician as defined by Arkansas Board of Electrical Examiners. The supervisor or his appointed alternate possessing at least a journeyman electrician license shall be on site whenever electrical work is being performed. The qualifications of the electrical supervisor shall be subject to approval of the Owner and the Engineer. All master and journeyman electricians shall be licensed in accordance with Arkansas Code Title 17 Chapter 28 - Electricians. The website located at http://www.arkleg.state.ar.us publishes the text of this statutory requirement. No unlicensed electrical workers shall perform electrical work on this project. Apprentice electricians in a ratio of not more than one apprentice per journeyman electrician will be allowed if the apprentices are licensed and actively participating in an apprenticeship program recognized and approved by the Arkansas Board of Electrical Examiners. 300-3.16 TRAINING. The training classes shall be coordinated with the Owner and Engineer in advance of the final acceptance testing. Comprehensive operational and maintenance training materials shall be provided by the equipment manufacturer and the Contractor (see section 2.3 OPERATION AND MAINTENANCE DATA). Schedule the training with the Owner at least 10 days in advance and notify the Engineer. Provide hands-on demonstrations and training of equipment components and functions, including adjusting, operating and maintaining the lighting equipment and systems. Coordinate the training schedule with the Owner in advance, so that the Owner may record the training if desired. Provide 4 hours training for the operational personnel and 4-hours training for the maintenance personnel. METHOD OF MEASUREMENT 300-4.1 The quantity of lockout/tagout and constant current regulator calibration procedures to be paid for shall consist of all lockout/tagout procedure work and all constant current regulator calibration work completed in place, accepted and ready for operation. This item does not include measurement for constant current regulator equipment. BASIS OF PAYMENT 300-5.1 Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SS-300-5.1 Lockout/Tagout and Constant Current Regulator Calibration Procedures - per Lump Sum FYV Taxiway B Widening and Rehabilitation SS-300-14 Garver Project No. 17041211 MATERIAL REQUIREMENTS Commercial Item Description A-A-59544 Cable and Wire, Electrical (Power, Fixed Installation) Fed. Spec. W-C-1094 Conduit and Conduit Fittings; Plastic, Rigid Fed. Spec. W-P-115 Panel, Power Distribution Fed. Std. 595 Colors Underwriters Rigid Metal Conduit Laboratories Standard 6 Underwriters Fittings for Conduit and Outlet Boxes Laboratories Standard 514 Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Laboratories Standard 651 Underwriters Intermediate Metal Conduit Laboratories Standard 1242 CFR 1910 Occupational Safety and Health Regulations CFR 1926 Safety and Health Regulations for Construction ANSI/IEEE C2 National Electrical Safety Code NFPA 70 National Electrical Code (NEC) NFPA 70E Standard for Electrical Safety in the Workplace NFPA 101 Life Safety Code NFPA 780 Standard for the Installation of Lightning Protection Systems 29 CFR 1910 Occupational Safety and Health Standards (OSHA) 29 CFR 1926 Safety and Health Regulations for Construction Jaquith Industries, Inc. The Design, Installation, and Maintenance of In - Pavement Airport Lighting FAA ADVISORY CIRCULARS AC 150/5300-13 Airport Design AC 150/5340-18 Standards for Airport Sign Systems AC 150/5340-26 Maintenance of Airport Visual Aid Facilities FYV Taxiway B Widening and Rehabilitation SS-300-15 Garver Project No. 17041211 AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 for Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-42 Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories AC 150/5345-44 Specification for Taxiway and Runway Signs AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures AC 150/5345-47 Isolation Transformers for Airport Lighting Systems AC 150/5345-53 Airport Lighting Equipment Certification Program END OF ITEM SS-300 FYV Taxiway B Widening and Rehabilitation SS-300-16 Garver Project No. 17041211 CONSTANT CURRENT REGULATOR CALIBRATION REPORT Standard Requirements: FAA AC 150/5340-26 (latest edition) Maintenance of Airport Visual Aid Facilities Owner / Sponsor: City of Fayetteville Engineer: Garver, LLC Airport: Fayetteville — Drake Field (FYV) Contractor: Project Title: FYV Taxiway B Widening and Rehab Garver Project Number: 17041211 Vault ID / Location: Date: Weather / Site Conditions: Last Two Weeks of Rain: inches Constant Current Regulator #: Serves: Completed Comments 1. Check all control equipment for proper operation. ❑ 2. Perform short-circuit test. Record results and ❑ recalibrate if necessary. 3. Perform open -circuit test on regulators with open ❑ circuit protection. Open circuit protective device should de -energize the regulator. Record results. 4. Check and record regulator input voltage and current. ❑ Input Voltage: Input Current: 5. Check and record regulator output load. ❑ (ONLY if regulator has monitoring package) Volt -Amperes: 6. Check and record output current on each brightness ❑ step. If output current is outside of the allowable range, adjust the regulator's on -board potentiometer to re -calibrate the output current within the allowable range. Re-record the new output current on this form. 3-Step CCR 5-Step CCR B10: B30: B100: 1: 2: Nominal: 4.8A 5.5A 6.6A 2.8A Tested By: Test Equipment: Engineer Witness: Owner / Sponsor Witness: FYV Taxiway B Widening and Rehabilitation SS-300-17 3: 4: 5: 3.4A 4.1 A 5.2A 6.6A (Signature and Date) (Manufacturer and Model No.) (Signature and Date) (Signature and Date) Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-300-18 Garver Project No. 17041211 NSULATION RESISTANCE TEST REPORT Owner / Sponsor: City of Fayetteville Airport: Fayetteville — Drake Field (FYV) Project Title: FYV Taxiway B Widening and Rehab Vault ID / Location: Weather / Site Conditions: Constant Current Regulator #: Engineer: Garver, LLC Contractor: Garver Project Number: 17041211 Date: Last Two Weeks of Rain: inches Serves: Initial Test Results Final Test Results Circuit Designation and Color Code Regulator Megger Reading Before Regulator Megger Reading After Size (kW) Field Work (Megohms) Size (kW) Field Work (Megohms) 1 2 3 4 5 6 Tested By: Test Equipment: Engineer Witness: Owner/Sponsor Witness: Provide signature/date and manufacturer/model no. as required in the fields above. Initial Test Record — Owner Disposition Owner / Sponsor: Check one only: ❑ Proceed with Installation ❑ Hold (Signature and Date) FYV Taxiway B Widening and Rehabilitation SS-300-19 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-300-20 Garver Project No. 17041211 GROUND ROD IMPEDANCE TEST REPORT Owner / Sponsor: City of Fayetteville Engineer: Garver, LLC Airport: Fayetteville — Drake Field (FYV) Contractor: Project Title: FYV Taxiway B Widening and Rehab Date: Fall -of -Potential Style Tester (F): Manufacturer: Clamp -On Style Tester (C): Manufacturer: Garver Project Number: 17041211 Weather / Site Conditions: Model #: Model #: Ground Rod # Test Equipment Style F or C Impedance Value Ohms Ground Rod # Test Equipment Style (F or C) Impedance Value (Ohms) Tested By: Engineer Witness: Provide signature/date in the fields above. Page of FYV Taxiway B Widening and Rehabilitation SS-300-21 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-300-22 Garver Project No. 17041211 ITEM SS-301 ELECTRICAL DEMOLITION AND RELOCATION WORK DESCRIPTION 301-1.1 This item shall consist of the removal and satisfactory disposal of existing taxiway edge lights, guidance signs, junction structures, pads, equipment, and other incidentals, all of which are not designated or permitted to remain, in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. This work shall include the removal of indicated equipment, materials, and incidentals necessary for a complete item removal, including all restoration work, as a completed unit to the satisfaction of the Engineer. 301-1.2 The Contractor shall maintain current copies of all referenced and applicable standards on the job site. The Contractor is responsible to make known to the Engineer any conflict between plans and specifications that he observes or of which he is made aware. 301-1.3 This item shall also consist of the relocation of existing lights, signs, systems and incidentals, in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. This work shall include the removal and storage of indicated equipment and materials, and reinstallation at the new location, including all incidentals necessary for a complete relocation, as a completed unit to the satisfaction of the Engineer. 301-1.4 Additional details pertaining to the lighting system covered in this item are contained in the advisory circular, AC 150/5340-30, Design and Installation Details for Airport Visual Aids. MATERIALS 301-2.1 All backfill and repair materials used in electrical demolition, repair and restoration work shall comply with the referenced specifications and be approved by the Engineer. Airport lighting equipment and materials shall meet the requirements outlined in Item SS-300. For pre -cast or prefabricated concrete encased light base installations, the Contractor shall submit and coordinate the construction of the proposed pre -cast units with the Engineer onsite to review and approve the construction process. The Contractor shall submit his proposed installation process for review and approval by the Engineer. The Contractor shall provide additional items and work if required and requested by the Engineer for the construction and installation of the pre -cast units at no additional cost to the Owner. CONSTRUCTION METHODS 301-3.1 GENERAL. No demolition shall be started until the removal and/or relocation work has been laid out and approved by the Engineer. All material shall be disposed of off -site. All hauling and disposal will be considered a necessary and incidental part of the work. Hauling cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. The Contractor shall remove all existing underground cable, which is unused or rendered unusable by this project, when such is exposed or made accessible during the course of this work. All such wiring removed shall become property of the Contractor and shall be immediately removed from the project. Wiring in conduit shall be removed as indicated or if new wiring is shown to be installed in its place. Existing wiring shall not be reused or reinstalled. FYV Taxiway B Widening and Rehabilitation SS-301-1 Garver Project No. 17041211 Wiring not exposed shall be abandoned in place, if a reasonable effort will not remove it. No measurement or payment will be made for this cable removal work. Damage to turf or other systems will not be permitted in order to salvage or retrieve existing cable. Any damage to electrical equipment, systems, structures, conduits, cables, and accessories or other utilities, designated to remain in place, shall be repaired or replaced expeditiously at no additional cost to the Owner and to the satisfaction of the Owner and Engineer. Holes, ditches, or other abrupt changes in elevation caused by the removal operations that could obstruct drainage or be considered hazardous or unsightly shall be backfilled, compacted, and left in a workmanlike condition. Trenches or voids resulting from the removal or demolition of existing electrical equipment or other structures shall be filled with approved material placed in layers in accordance with Item P-152. Concrete foundations and pads to be removed shall be obliterated full depth. 301-3.2 REMOVAL AND/OR RELOCATION OF LIGHT FIXTURES AND EQUIPMENT. Light fixtures and other equipment which are to be removed shall be carefully excavated. All concrete bases and concrete anchors shall be removed by the Contractor. The removed lights, guidance signs, isolation transformers and wiring harnesses shall then be given to the Owner, or properly disposed of if so directed by the Owner. The ground in the area of the removed lighting equipment shall be backfilled and properly compacted. Light fixtures and equipment which are to be relocated shall be stored on site and reinstalled with new lamps, primary connector kits, and all other new required accessories as indicated in the plans. 301-3.3 REMOVAL OF EXISTING EQUIPMENT. The Contractor shall carefully remove all salvageable equipment as indicated in the plans. Any equipment that is damaged during the removal and/or relocation operation shall be subject to a reduction in payment for removal and/or relocation of the equipment. All equipment that is removed during this project shall be transported to a site on the Airfield or removed from the Airfield and properly disposed of as directed by the Owner and the Engineer. 301-3.4 RELOCATION OF EXISTING EQUIPMENT. Existing equipment that is to be relocated shall be carefully disconnected from the existing electrical system. The equipment shall be stored on site in an enclosed area protected from the weather as directed by the Owner and Engineer. The Contractor shall remove existing concrete bases and shall backfill and compact these areas to match existing. The electrical power circuit shall be field located and extended to the new installation location unless otherwise noted in the Plans. Coordinate the extension of the electrical service with the extension of the electrical duct serving the equipment and install duct, splice and cable markers to mark the new complete route. Refer to the plans for additional installation requirements concerning the relocation of existing lights, systems, and incidentals. Any equipment that is damaged during the relocation operation shall be repaired or replaced by the Contractor at his expense to the satisfaction of the Owner and Engineer. FYV Taxiway B Widening and Rehabilitation SS-301-2 Garver Project No. 17041211 METHOD OF MEASUREMENT 301-4.1 The quantity of existing lights or guidance signs, removed, to be measured under this item shall be the number of each complete unit removed, and accepted by the Engineer. This item shall include removing and storing the existing equipment as directed by the Engineer. Where the light base and concrete structure are indicated to be removed or demolished, the item shall include restoring the area to match existing, including removing the complete concrete item, filling and tamping all holes with earth, and clearing and leveling the site. Where the light base and concrete structure are to remain, a new blank cover shall be installed for protecting the light base during the construction work. Blank covers shall be removed when the existing equipment is reinstalled and given to the Owner after completion of construction work in the respective area. 301-4.2 The quantity of existing lights removed and stored, to be measured under this item shall be the number of each complete unit removed with isolation transformer, stored, and prepared for reinstalation at the new location. This work shall also include removal of the old concrete pads and appurtenances, filling and tamping all holes with earth, restoring the area to match existing, and clearing and leveling the site. 301-4.3 The quantity of existing conduit cleared, to be paid for under this item, shall be the linear foot of conduit or duct clearing of existing cable and mandreled to remove debirs. This item shall include the clearing of existing conduit of any size, quantity, and configuration within duct. All cable removed shall be returned and stored per Owner. BASIS OF PAYMENT 301-5.1 Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SS-301-5.1 Existing Base Mounted L-861T(L) LED Taxiway Edge Light and Isolation Transformer, Removed and Stored for Reinstallation, Base Demolished — per Each Item SS-301-5.2 Existing Base Mounted Guidance Sign, Removed — per Each Item SS-301-5.3 Existing Electrical Conduit, Cleared of Cable — per Linear Foot END OF ITEM SS-301 FYV Taxiway B Widening and Rehabilitation SS-301-3 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-301-4 Garver Project No. 17041211 ITEM SS-305 DIRECTIONAL BORING DESCRIPTION 305-1.1 This item shall consist of furnishing and installing conduits via directional boring methods, in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. The borings shall be installed at the locations and in accordance with the dimensions, design and details shown on the plans. It shall also include all trenching, backfilling, mandreling installation of drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of conduit and/or cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 305-2.1 GENERAL. Airport lighting equipment and materials shall meet the requirements outlined in Item SS-300. All equipment and materials covered by these specifications shall be new and meet applicable manufacturer's standards. Polyethylene conduits shall conform to SDR 11 type. The Contractor shall submit a statement of qualifications including previous similar jobs experience in directional boring for the last three (3) years. Previous job description work shall include length, pipe type, pipe size(s) and soil type, The Contractor shall submit complete shop drawings outlining his directional boring method (including drilling fluids, additives and mixtures), drill rod, bore size, materials, equipment and safety requirements to be utilized on this specific project, for review and approval by the Engineer. All materials shall be inspected at the job site for damage. Defective materials shall be removed from the job site and replaced with new materials prior to the work. CONSTRUCTION METHODS 305-3.1 GENERAL. Boring shall be done by pilot hole method using fluid as a lubricant only and shall not undermine the surrounding ground. Jetting will not be permitted. The Contractor shall use a guidance system to assure knowledge of the bore location while making the bore. The Contractor will not be paid for unusable sections. Locate and clearly mark all utilities prior to start of excavation or drilling. The Contractor will be responsible for damage to pavements, utilities, or other structures caused by his activity. The Contractor shall repair, at his own expense, any damaged pavement, utility, or other structure as directed by the Engineer or the owner of the utility or structure. The Contractor shall not excavate to find a bored casing without specific approval and definitions of limits. No payments will be made for excavation and repair except as shown on drawings. The Contractor shall inspect the locations where the encasement structures are to be installed and familiarize himself with the conditions under which the work will be performed and with all necessary details for orderly prosecution of the work. The omission of any details in the Plans and herein for the satisfactory installation of the easement in its entirety shall not relieve the Contractor of full responsibility for the installation. Directional bores shall be a minimum 48" below the existing base. For this project, the existing pavement shall be considered 10" in depth and the existing base shall be considered 6" in depth. Therefore, the FYV Taxiway B Widening and Rehabilitation SS-305-1 Garver Project No. 17041211 overall depth shall be a minimum 64" below the surface of the pavement. The Contractor shall utilize a beacon or other depth -reading instrument to verify the depth below the runway. The bore size shall be the minimum size for the work required. Upsizing the bore will not be allowed. The Contractor shall utilize a walkover guidance and tracking system to assure the orientation and depth of the bore path. Depth and orientation confirmation shall occur at a minimum of every five feet of lateral distance covered. The Contractor shall perform all excavation required to complete the work regardless of the material encountered. Excavation from the access shafts (bore pits) in excess of the required to backfill the access shafts and open ditch portion of the line shall be disposed of by the Contractor off Airport Property. Pits and trenches shall be constructed and maintained in accordance with the current edition of the OSHA Standard for Excavating and Trench Safety Systems. Restore ground to original conditions after work completion including seeding and topsoiling. The access shafts (bore pits) for encasement installation shall be rectangular in plan view with the longest dimension being constructed with the direction of the pipe. The access shafts shall be constructed at a location shown on the plans. Use a high quality drilling fluid to ensure hole stability, cuttings transport, bit and electronics cooling, and hole lubrication to reduce drag on the drill pipe and the product pipe. Use only fluid with a composition that complies with all federal, state and local environmental regulations. Mix the drilling fluid with potable water (of proper pH) to ensure no contamination is introduced into the soil during the drilling, reaming, or pipe installation process. The Contractor is responsible for any required pH adjustments. Disposal of the drilling fluids is the responsibility of the Contractor. Conduct disposal in accordance with all relative environmental regulations and permit requirements. No excess drilling fluids shall remain in the bore access pit or receiving pit. Immediately clean up any drilling fluid spills or overflows from these pits. All excess drilling fluids and mud shall be disposed of off Airport Property on a daily basis. Bore pits and trenches shall be backfilled and compacted in 6" layers to 90% maximum density for cohesive soils and to 100% maximum density for non -cohesive soils, as determined by ASTM D1557. The in -place field density shall be determined in accordance with ASTM D1556, D2167, or D6938. Assemble the entire pipe to be installed via directional boring prior to starting pull back operations. Support the pipe to enable it to move freely and prevent damage. Install the pipe in one continuous pull. Maximum allowable tensile force imposed on the pull section is not to exceed 90 percent of the pipe manufacturer's safe pull strength. If multiple pipe sizes or materials, the lowest safe strength shall govern. Damaged pipes shall be replaced at no additional cost to the Owner. Extend and connect pipes to junction structures as indicated. When pipe is used as a sleeve, install interior conduits as indicated and terminate the conduits with end bells as shown in the plans or as required. Upon completion of the work, immediately remove all debris from the job site and restore the areas to original condition acceptable to the Engineer. In the event of failure to install the directional bore pipe or conduit, the Contractor shall remove the pipe or conduit from the bore and remove it from the job site. The bore hole shall be completely filled with a flowable fill approved by the engineer, to prevent future problems. If the pipe or conduit cannot be removed, then it shall be cut off minimum 3 feet below the ground and the pipe/conduit and surrounding space filled with flowable fill. This remedial work shall be performed at no additional cost to the Owner. Any failure event shall be immediately coordinated with the Engineer and Owner prior to the Contractor taking remedial action. FYV Taxiway B Widening and Rehabilitation SS-305-2 Garver Project No. 17041211 The Contractor shall record and document all drilling logs that provide drill bit locations, both horizontally and vertically. These records shall be submitted to the Engineer and included in the O&M manual for the project. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. METHOD OF MEASUREMENT 305-4.1 The quantity of directional boring to be paid for under this item shall be the number of linear feet of conduit, HDPE boring sleeve, and directional boring installed with backfill, compaction, turf restoration, and appurtenances, measured in place, completed and accepted to the satisfaction of the Engineer. BASIS OF PAYMENT 305-5.1 Payment will be made at the contract unit price per linear foot for each type and size of directional boring completed by the Contractor, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SS-305-5.1 Directional Boring, 2-Way 2"C Polyethylene Conduit - per Linear Foot END OF ITEM SS-305 FYV Taxiway B Widening and Rehabilitation SS-305-3 Garver Project No. 17041211 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation SS-305-4 Garver Project No. 17041211 ITEM SS-310 AIRPORT LIGHTING SYSTEMS DESCRIPTION 310-1.1 This item shall consist of furnishing and installing airport taxiway edge lighting systems, guidance signs, and other taxiway lighting systems, in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. The system shall be installed at the locations and in accordance with the dimensions, design and details shown on the plans. This work shall include the furnishing of all equipment, materials, services and incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the Engineer. 310-1.2 The Contractor shall maintain current copies of all referenced and applicable standards on the job site. The Contractor is responsible to make known to the Engineer any conflict between plans and specifications that he observes or of which he is made aware. 310-1.3 Additional details pertaining to the lighting system covered in this item are contained in the advisory circular, AC 150/5340-30, Design and Installation Details for Airport Visual Aids. EQUIPMENT AND MATERIALS 310-2.1 GENERAL. a. Airport lighting equipment and materials shall meet the requirements outlined in Item SS-300. b. For pre -cast or prefabricated concrete encased light base installations, the Contractor shall submit and coordinate the construction of the proposed pre -cast units with the Engineer onsite to review and approve the construction process. The Contractor shall submit his proposed installation process for review and approval by the Engineer. The Contractor shall provide additional items and work if required and requested by the Engineer for the construction and installation of the pre -cast units at no additional cost to the Owner. 310-2.2 LIGHT FIXTURES. Airfield lights shall be supplied with all features and accessories including isolation transformers, light bases, base covers, safety ground rods, concrete pads and incidentals required for a complete installation as defined in these Specifications and as shown on the plans. a. Medium Intensity Taxiway Lights (MITL): (1) Taxiway edge elevated lights shall be L-861T(L), LED lamp, omnidirectional blue lens. 310-2.3 LAMPS. Lamps for elevated edge lights shall be LED type as specified. 310-2.4 SPARE EQUIPMENT. Provide 10 percent spare fixtures of each type installed for lights. Provide 10 percent spare sign replacement components of each type installed for signs. Spare fixtures and spare sign replacement components shall not be measured for separate payment but shall be considered subsidiary to the respective light fixture or sign pay items. a. A spare elevated LED fixture unit shall be one complete, ready -to -install fixture, including the coupling, column, head housing assembly, cordset, LED power supply assembly, LED assembly, and lens assembly. b. A spare sign replacement component unit shall include the LED light tube assembly and LED power supply assembly. The spare lamps, spare fixtures and spare sign replacement components shall be delivered and stored as directed by the Owner, with transmittal receipt signed by Owner's representative. A signed copy shall be forwarded to the Engineer with an additional signed copy placed in the O&M manuals. FYV Taxiway B Widening and Rehabilitation SS-310-1 Garver Project No. 17041211 310-2.5 GUIDANCE SIGNS. Guidance signs shall be L-858(L), meeting the criteria set forth in AC 150/5345-44, Specification for Taxiway and Runway Signs, and suitable for base mounting. Each unit shall be furnished with the required panels, mounting assemblies, frangible couplings, transformer, intensity control, identification tag, metal tethers, fasteners and safety ground rods. Style 2 and Style 3 signs shall meet the luminance requirements in AC 150/5345-44 throughout the current ranges of the associated series circuit. Guidance signs shall have an integral on/off switch for airport maintenance use. Signs shall be furnished with permanent type nameplates that are both weather and sunlight resistant. Nameplates which are completed with ink markers or similar methods will not be accepted. Refer to the guidance sign index in the Plans for information on each sign's size, style, class and mode. The complete sign installation shall be designed to withstand a 200-mph wind load. Guidance signs shall be Size 1 (12" Legend), Style 2 (3-step circuit), Class 2 (operation range from —40 degrees F to 131 degrees F), Mode 2 (withstand wind loads of 200 mph). 310-2.6ISOLATION TRANSFORMERS. New isolation transformers shall be Type L-830 and have a wattage rating suitable for the wattage of the fixture and sign lamps. The transformer shall be listed in FAA Circular AC 150/5345-47. Provide 10 percent spare isolation transformers of each type installed for lights, signs and other equipment. Spare transformers shall not be measured for separate payment but shall be considered subsidiary to the respective light fixture or sign pay items. CONSTRUCTION METHODS 310-3.1 GENERAL. The installation and testing details for the lighting system shall be as specified in the applicable advisory circulars. The Contractor is responsible for all surveying and measurement which is required to accurately position and aim airfield lighting systems and equipment. Airfield lighting systems and equipment that are improperly installed shall be removed and re -installed correctly as directed by the Engineer. No payment will be made for the removal and reinstallation of airfield lighting systems and equipment improperly installed. All remedial work shall be to the satisfaction of the Engineer. 310-3.2 LIGHTING LAYOUT PLANS. The Contractor shall stake the airfield lighting systems, prior to installation of any trench, cable or lighting apparatus. The intent is to stake the installation at the locations indicated, noting any deviation from plan dimensions to the Engineer prior to installation. The Contractor shall obtain the services of an experienced and licensed surveyor to perform this work. Refer to General Provisions Section 50 Control of Work for additional construction layout and staking requirements. FYV Taxiway B Widening and Rehabilitation SS-310-2 Garver Project No. 17041211 310-3.3 PLACING THE EQUIPMENT. The equipment shall be mounted on concrete pads as shown in the plans. Secure the equipment and make all final connections. 310-3.4 MOUNTING, LEVELING, AND AIMING. The concrete support to which the equipment is fastened shall be accurately leveled before mounting the equipment. The units shall be properly aimed, as recommended by the manufacturer of the supplied equipment. This adjustment shall be accomplished using factory -approved aiming devices and techniques. 310-3.5 PLACING LIGHTS. All equipment shall be installed at locations indicated in the plans. Lights shall be laid out by locating the two control points by station as indicated on the plans and measuring the indicated individual separation distances. Light bases shall be located within 1 inch +/- longitudinally and 0.5 inches +/- transversely of the location indicated unless deviation is approved by the Engineer. Excavation for installation of light bases shall be backfilled with at least 4 inches of granular leveling course, as approved by the Engineer. Fixture height shall be as indicated on the Drawings. For pre -cast or prefabricated concrete encased light base installations, a leveling course of sand shall be placed in the bottom of the excavated hole, sufficient for accurately installing, leveling and placing the lights in accordance with the requirements in this specification and AC 150/5340-30. Concrete encased light bases shall be allowed to cure a minimum of 7 days prior to installation. Utilize a bubble level device to level all light fixtures in the horizontal light plane during the day, and then check at night to ensure uniformity in light output. Provide factory -approved alignment tools and aiming devices to properly level and align fixtures as required by the FAA Advisory Circulars and manufacturer's installation instructions. After all light fixture installations are completed and accepted by the Engineer, these alignment tools and aiming devices shall become property of the Owner and shall be delivered and stored as directed by the Owner. 310-3.6 PLACING SIGNS. All signs shall be installed at the approximate location indicated in the plans. The specific requirements for sign location are specified in AC 150/5340-18, Standards for Airport Sign Systems. Specific requirements of this AC are also shown on the Plans. Signs shall be located within 1 inch +/- longitudinally or 0.5 inches +/- transversely of the required location unless deviation is approved by the Engineer. The locations for the signs shall be staked by the Contractor and approved by the Engineer before installation begins. Provide single module signs with one tether. Provide multiple module signs with a tether at both ends. 310-3.7 TRANSFORMER INSTALLATION. The transformer for base mounted fixtures shall be placed inside the base. The transformer for stake mounted fixtures shall be located uniformly as shown on the plans. The primary cable connections shall be made with L-823 connectors as described in Item L-108 and have 3 feet of slack cable. The secondary leads connected to the lamp leads by means of a disconnecting plug and receptacle provided with the unit, and this joint shall not be taped. The secondary joint shall be fastened with a holding ring provided for this purpose. 310-3.8 UNIT ASSEMBLY. All electrical equipment, including edge lights, guidance signs and other visual aid units shall be assembled in accordance with the manufacturer's installation procedures. Anti -seize compound shall be used on all screws, nuts, and threads, including frangible coupling threads. If coated bolts are used (ceramic metal lic/fluoropolymer coating), then do not apply anti -seize compound. Provide and install all spacers, shims, and gaskets as required, and verify they are in place before installing the light fixture on the base. FYV Taxiway B Widening and Rehabilitation SS-310-3 Garver Project No. 17041211 Bolts and washers for new and existing bases shall be new. Do not reuse existing hardware. The minimum thread engagement into top flange of the base shall be 0.5 inches. Coordinate recommended torque values with the light fixture manufacturer, light base can manufacturer, stainless steel bolts and hardware used, and exact anti -seize compound used, in order to prevent light base thread damage. Utilize a dial -type torque wrench for accuracy and to prevent over -tightening bolts. Never use impact wrenches/drills when removing or installing bolts. The Contractor shall obtain complete installation manuals for the new airfield lighting equipment and the existing equipment to be reinstalled prior to any removal or installation work. Copies of these manuals shall be maintained in 3-ring binders within the Contractor's onsite field office. 310-3.9 IDENTIFICATION NUMBERS. An identifying number shall be assigned to each light and sign in accordance with the plans or as approved by the Engineer and Owner. This number shall be imprinted with reflective black with 1/2" letters on a non -corrosive metal disc 2" minimum diameter and attached to the pavement side of the fixture with a metal screw. 310-3.10 TEMPORARY AIRFIELD LIGHTING. Refer to the Airfield Lighting Phasing Plans and Details for additional requirements. Existing lighting circuits shall remain operational by use of temporary circuits. New lighting circuits shall also be connected and remain operational by use of temporary circuits. This item shall include all work to maintain the existing and new lighting circuits during construction and allow all taxiways and runways in operation to remain lighted, including that portion through the construction area, as indicated in the Phasing Plans and as directed by the Engineer. The Contractor shall perform initial field work including location and verification of existing circuits and submit plans for the temporary airfield lighting required in each work phase, for review and approval by the Engineer and Owner, prior to starting work of that phase. This work shall include megger testing of circuits and circuit segments before and after installation and connection of jumpers. The Contractor shall install couplings and other required fittings/appurtenances in conduit systems at last pavement joint within each phase for connecting to conduit systems in the next phase, or for connecting to existing conduit systems to remain. 310-3.11 TESTING. The installation shall be tested in operation as a completed unit prior to acceptance. Tests shall include taking megger and voltage readings as outlined in Item SS-300 and Item L-108. Testing equipment shall be furnished by the Contractor. Refer to Item L-108 for additional test requirements. Tests shall be conducted in the presence of the Engineer and shall be to his/her satisfaction. All installations shall be fully tested by continuous operation for not less than 24 hours as completed systems prior to acceptance. These tests shall include the functioning of each control not less than 10 times. Equipment and materials covered by FAA Advisory Circulars are referred to by item numbers and approved equipment is listed within the AC 150/5345-53 Airport Lighting Equipment Certification Program's monthly Addendum, which contains a complete and updated listing of the certified equipment and manufacturers, and is listed in the FAA Buy American Preference equipment list, which is also updated monthly. The Contractor shall provide and install new certified equipment that works reliably and efficiently with the existing equipment to remain in service. The Contractor shall provide any additional accessories and/or appurtenances required to provide fully functional electrical systems to the satisfaction of the Owner and Engineer, at no additional cost to the Owner. FYV Taxiway B Widening and Rehabilitation SS-310-4 Garver Project No. 17041211 The Contractor shall ascertain that all lighting system components furnished (including FAA certified and approved equipment) are compatible in all respects with each other and the remainder of the new and existing systems. Any non -compatible components furnished by the Contractor shall be replaced at no additional cost to the Owner with a similar unit that is approved by the Engineer and compatible with the remainder of the airport lighting system. METHOD OF MEASUREMENT 310-4.1 The quantity of existing stored lights relocated to new bases, to be measured under this item shall be the number of each complete unit with isolation transformer, reinstalled at the new location, complete with relocated existing isolation transformer, new concrete bases and cans, new base plates, new cover plates, new gaskets, new frangible couplings, new bolts and washers, new connectors, new safety ground rods, and new appurtenances, as completed units in place, ready for operation, and accepted by the Engineer. 310-4.2 The quantity of lights of each type to be measured for under this item shall be the number of each installed, complete with isolation transformers, lamps, junction cans, base plates, gaskets, couplings, specified height columns, concrete bases, cables, connectors, safety ground rods, bolts/hardware, and all other required appurtenances, as completed units in place, ready for operation, and accepted by the Engineer. See section on Spare Equipment for information on spare fixture requirements. Existing couplings, columns, gaskets, cables, connectors, bolts, washers, etc. shall not be reused. Provide new ancillary equipment for reinstalling and connecting the existing lights. 310-4.3 The quantity of guidance signs of each type to be measured for under this item shall be the number of each installed, complete with isolation transformers, lamps, junction cans, concrete bases/pads, cables, connectors, safety ground rods, tethers, and all other required appurtenances, as completed units in place, ready for operation, and accepted by the Engineer. See section on Spare Equipment for information on spare sign component requirements. 310-4.4 Temporary airfield lighting shall be measured as a lump sum complete item including all work completed in place and ready for operation, and including the installation, protection, and removal of all temporary cables, conduits, lighting, grounding, marking, and associated items and appurtenances, as indicated in the Drawings and as directed by the Engineer. FYV Taxiway B Widening and Rehabilitation SS-310-5 Garver Project No. 17041211 BASIS OF PAYMENT 310-5.1 Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. 310-5.2 Payment will be made at the contract lump sum price for each complete item, measured as provided above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SS-310-5.1 Existing Removed L-861T(L) LED Taxiway Edge Light and Transformer, Reinstalled on New Base with New Connector Kits - per Each Item SS-310-5.2 New Base Mounted L-861T(L) LED Taxiway Edge Light, Installed - per Each Item SS-310-5.3 L-858(L) LED Base Mounted, 2-Module Guidance Sign, Installed - per Each Item SS-310-5.4 L-858(L) LED Base Mounted, 3-Module Guidance Sign, Installed - per Each Item SS-310-5.5 Temporary Airfield Lighting - per Lump Sum END OF ITEM SS-310 FYV Taxiway B Widening and Rehabilitation SS-310-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM P-101 SURFACE PREPARATION DESCRIPTION 101-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. 101-1.2 Limits of pavement removal and cold planing are estimated in the plans. Actual limits of these items shall be coordinated with the Engineer prior to construction. EQUIPMENT 101-2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 REMOVAL OF EXISTING PAVEMENT b. Asphalt Concrete Pavement. Asphalt concrete pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed so the joint for each layer of pavement replacement is offset 1 foot from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the airport site, it shall be broken to a maximum size as designated by the airport owner. c. Disposal. All existing pavement removed shall be disposed of off -site. All hauling will be considered a necessary and incidental part of the work. Its costs shall be considered by the Contractor and included in the contract unit price for the pay items of work involved. No payment will be made separately or directly for hauling on any part of the work. SPIN offil ■__.. „. FYV Taxiway B Widening and Rehabilitation P-101-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Up tE) 0 Gement Gan te erate e set xture RGt R more aR 0 nat Ural sand without approval OR writing from the Cnninoor 101-3.3 REMOVAL OF PAINT AND RUBBER. All paint and rubber ever o foot wide that will affGGt +ho in the plans. Chem'Gals, high pressure water, heater SGarifier (asphaltiG GGRGrete GRIY), GGId MilliRg, OF sandblaSt'Rg may be used. ARY methods used shall Ret Gause major damage te the paverneRt. Maje �ement ever 1/8 inGh deep. If r--.hp—mir--als are used, they shall GGFnp!Y with the state's eAVirG.ArneRtal PFGteGt4Gn regulatIORS. ING ma;tPerlal Shall be deposited on the runway she &PeGified in the plans. FYV Taxiway B Widening and Rehabilitation P-101-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 101-3.5 COLD MILLING. Milling shall be performed with a power -operated milling machine or grinder, capable of producing a finished surface that provides a good bond to the new overlay. The milling machine or grinder shall operate without tearing or gouging the under laying surface. The milling machine or grinder shall be equipped with automatic grade and slope controls. All millings shall be removed and disposed off Airport property, unless otherwise specified. If the Contractor mills or grinds deeper or wider than the plans specify, the Contractor shall replace the material that was removed with new material at no additional cost to the Owner. a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth of cut. The Contractor Enginee shall layout the area to be milled with a straightedge in increments of 1 foot widths. The Contractor's layout shall be approved by the Engineer prior to beginning milling operations. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate milling machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment. b. Profiling, Grade Correction, or Surface Correction. The milling machine shall have a minimum width of [7] feet and it shall be equipped with electronic grade control devices that will cut the surface to the grade and tolerances specified. The machine shall cut vertical edges. A positive method of dust control shall be provided. The machine shall have the ability to [windrow the millings or cuttings]. he millings or ou htings from the pavement and loam them into a to 1Gk] c. Clean-up. The Contractor shall sweep the milled surface daily and immediately after the milling until all residual aggregate and fines are removed from the pavement surface. Prior to paving, the Contractor shall wet down the milled pavement and thoroughly sweep and/or blow the surface to remove any remaining aggregate or fines. 101-3.6 PREPARATION OF ASPHALT PAVEMENT SURFACES. Existing asphalt pavements indicated to be treated with a surface treatment shall be prepared as follows: a. Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed due to any other cause. Remove damaged pavement to the full depth of the damage and replace with new asphalt concrete similar to that of the existing pavement in accordance with paragraph 101-3.4. b. Repair joints and cracks in accordance with paragraph 101-3.2. c. Remove oil or grease that has not penetrated the asphalt pavement by scraping or by scrubbing with a detergent, then wash thoroughly with clean water. After cleaning, treat these areas with an oil spot primer. d. Clean pavement surface immediately prior to placing the surface treatment by sweeping, flushing well with water leaving no standing water, or a combination of both, so that it is free of dust, dirt, grease, vegetation, oil or any type of objectionable surface film. FYV Taxiway B Widening and Rehabilitation P-101-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 101-3.7 MAINTENANCE. The Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by the Engineer. The surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at the Contractor's expense. 101-3.9.2 Removal of Existing Sealant. Existing sealants will be removed by rroutiRg! [FaR ern ,.rack saw]. F ll,,,. ing [FGUt'Rg] [sawing] aRYremaining debris ,.All be r ed by use of a hot lance combined with oil and water -free compressed air. METHOD OF MEASUREMENT 101-4.1 PAVEMENT REMOVAL. The unit of measurement for pavement removal shall be the number of square yards removed by the Contractor. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. 101-4.2 jOINT AND CRACK REPAIR. The unit ef measurement fGF jE)'Rt and GraGk repair shall be the be the square feet FYV Taxiway B Widening and Rehabilitation P-101-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 101-4.5 COLD MILLING. The unit of measure for cold milling shall be L=] inGhes of per square yard. The location and average depth of the cold milling shall be as shown in the plans. do+o.m;nod- ;;PA agreed to by the ERgiReer "„d the r.,n+raGtE)r nr,,,r +„ begiRRiRg the ,.,irk. If the initial cut doesn't correct the condition and surface correction is required, the Contractor shall re -mill the area and will be paid only once for the total depth of milling. BASIS OF PAYMENT 101-5.1 PAYMENT. Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Item P-101-5.1 Pavement Removal - per Square Yard Item P-101-5.2 Cold Planing (0-2") - per Square Yard MATERIAL REQUIREMENTS ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements END OF ITEM P-101 FYV Taxiway B Widening and Rehabilitation P-101-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation P-101-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature which is not otherwise classified and paid for under one of the following items. 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, suitable for topsoil may be used on the embankment slope when approved by the Engineer. Material not considered by the Engineer to be suitable for use on the embankment slope shall be disposed of off -site or as directed by the Engineer. Undercutting of material unsatisfactory for subgrade foundation, roads, shoulders, or areas intended for turfing shall be considered unsuitable excavation and shall be excavated to the depth specified by the Engineer below the subgrade. CONSTRUCTION METHODS 152-2.1 General. shall be eGFnpletely Glearedand grubbed on with 'tern,P 151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the Engineer notified per subsection 70-20 of the General Provisions. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the limits of the pavement areas where the top layer of soil material has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches, to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor, at his or her expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. FYV Taxiway B Widening and Rehabilitation P-152-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained from the Contractor the survey notes of the elevations and measurements of the ground surface. All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the Engineer. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes shown on the plans. All unsuitable material shall be disposed of as described in paragraph 152-1.3shewn on the plane When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed as directed by the Engineer. When the volume of excavation is not sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. a. Selective Grading. When the quality of material varies significantly seleGtive grading is ;ndiGate the Tans, the more suitable material designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas. se that ;t ran be Measured herd payment as SpeGified in paragraph 152 3.3. Selective grading will not be measured for separate payment but will be considered subsidiary to "Unclassified Excavation". b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches below the subgrade or to the depth specified by the Engineer. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be [disposedef at IoeatiGRs shewn en the plans][dispesed off the airpert. The net 0e inGidental t„ this i4em, disposed of as directed in paragraph 152-1.3. This excavated material shall be paid for at the contract unit price per cubic yard for unsuitable excavation. The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary backfill will constitute a necessary part of Unsuitable Excavation part G the -Q..h-AAk eR Where rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained as directed by the Engineer ;n ^rdan^e `vith the details she .,n ,,., the plane c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. All overbreak shall be graded or removed by the Contractor and disposed of as directed by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his or her decision shall be final. Payment will not be made for the removal and disposal of overbreak that the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of Utilities. The removal of some existing structures and utilities required to permit the orderly progress of work maywi4 be accomplished by someone other than the Contractor; for example, the utility unless otherwise shown on the plans. All existing foundations shall be excavated at least 2 feet below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the Engineer. All foundations thus excavated shall be backfilled with suitable material and compacted as specified. All work associated with the excavation, removal, backfill, disposal, and/or stockpiling of existing structures and culverts will not be measured for separate payment but will be considered subsidiary to "Unclassified Excavation". e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 24" and to a density of not less than 95 percent of the maximum density as determined by ASTM D1557. The material to be compacted shall be within ±2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). FYV Taxiway B Widening and Rehabilitation P-152-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The in -place field density shall be determined in accordance with ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade. The finished grading operations, conforming to the typical cross-section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. Blasting shall not be allowed f. Proof Rolling. After compaction is completed, the subgrade area shall be proof rolled with a heavy pneumatic -tired roller having four or more tires abreast, each tire loaded to a minimum of 30,000 pounds and inflated to a minimum of 125 psi in the presence of the Engineer. Apply a minimum of 1 coverage, or as specified by the Engineer, to all paved areas. A coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than 1 inch or show permanent deformation greater than 1 inch shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements in accordance with these specifications. 152-2.3 BORROW EXCAVATION. Burrow areas wi+hiR the a„4 „r„narf„ a.re ind-ir-,ated- GR the plans Borrow excavation shall be made only at these designated IGGatiA-Als; aAdd V.oithip the hA_.r'_;ZA_.Rta-l_aAd_ verfir-'al limits a staked n s rdireGte d by the Engineer. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the borrow sources, subject to the approval of the Engineer. The Contractor shall notify the Engineer at least 15 days prior to beginning the excavation so necessary measurements and tests can be made. All borrow pits shall be opened up to expose the various strata of acceptable material to allow obtaining a uniform product. All unsuitable material shall be disposed of by the Contractor. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. designed er as shown en the plans. The werk shall be perfermed m ..ith the etheF GenStFUGtien. material shall be plaGed on embankment foils; unsuitable material shall be plaGed on d8SOgRated-waste -Aire-A.'s or as direGted by the Engineer. All ReGessary werk shall be performed true tA_ final liRe, elevatien, and GFE)S&- shall Loon +ham froo of debris or ebStF infinns U Rtil the PFGjeGt is aGGepted 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet or less, all sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches and shall then be compacted as indicated in paragraph 152-2.6. When the height of fill is greater than 4 feet, sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches and compacted as specified for the adjacent fill. FYV Taxiway B Widening and Rehabilitation P-152-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross-section, unless otherwise approved by the Engineer. The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the Engineer. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times. The material in each layer shall be within ±2% of optimum moisture content before rolling to obtain the prescribed compaction. To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1,000 square yards per lift. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95% of maximum density for noncohesive soils, and 90% of maximum density for cohesive soils as determined by ASTM D1557. Under all areas to be paved, the embankments shall be compacted to a depth of 24" and to a density of not less than 95 percent of the maximum density as determined by ASTM D1557. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. The in -place field density shall be determined in accordance with ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Contractor's laboratory shall perform all density tests in the Engineer's presence and provide the test results upon completion to the Engineer for acceptance. Compaction areas shall be kept separate, and no layer shall be covered by another layer until the proper density is obtained. During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each layer is placed. Layer placement shall begin in the deepest portion of the embankment fill. As placement progresses, the layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimensions will not be allowed in the top 6 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed by the Engineer and the finer material shall be used to fill the voids with forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated on the plans or by the Engineer. FYV Taxiway B Widening and Rehabilitation P-152-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet in thickness. Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet below the finished subgrade. There will be no separate measurement of payment for compacted embankment. All costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other operations necessary for construction of embankments will be included in the contract price for excavation, borrow, or other items. Imported material for fill or backfill under pavements shall be locally available "hillside" silvclay gravel (SC, GC or GM) having a liquid limit greater than 45. "Hillside borrow" having a liquid limit greater than 45 may be considered, however, should be approved by the Geotechnical Engineer on a case -by -case basis. California Bearing Ratio (CBR) testing should be completed on all borrow proposed within the upper 2 ft of the taxiway pavement. A minimum CBR value of 8.0 is recommended. 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly. All low areas, holes or depressions in the subgrade shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes. All ruts or rough places that develop in the completed subgrade shall be graded and recompacted. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 HAUL. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. 152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 12-foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch, or shall not be more than 0.05 feet from true grade as established by grade hubs. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 TOPSOIL. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within the runway object free area (OFA) foot of rURwa y paye„eRt or the taxiway object free area (TOFA) feet of an active taxiway pavernen and shall not be placed on areas that subsequently will require any excavation or embankment fill. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. FYV Taxiway B Widening and Rehabilitation P-152-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at subsidiary to the contract unit price per cubic yard for "Unclassified Excavation." When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per GULAG square yard for "topsoiling," as provided in Item T-905. METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. [The quantity of Measurement of excavation shall be based on plan quantities. These quantities are believed to be correct and shall be utilized for final excavation quantity payment not withstanding any adjustments to the project by written direction of the Engineer. Should the contractor find discrepancies and/or errors, he/she shall bring the discrepancy and/or error to the attention of the Engineer immediately and corrections shall be made to the quantity of excavation to be paid for by change order. It is expressly understood by the contractor that upon disturbance of the existing ground and no notification to the engineer of possible errors, that the contractor accepts as final payment the quantities of excavation as detailed on the plans and laid out in the proposal. No adjustment has been made to the plan quantities for the construction or demolition of existing drainage structures. The Contractor shall make his own determination as to the amount of unsuitable excavated material which may be encountered and the resulting additional borrow material required for the construction of the embankment. There will be no adjustment for additional embankment required to construct the project if the excavated material is deemed unsuitable. .'...'..0r:sM 1-0 rw.�s s�un.,..r � r_�r.,tin sl0:-M 1 i 152-3.2 Unsuitable excavation shall be measured from the surface of the ground, after stripping has been accomplished, or from the bottom of the planned excavation, to the depth of the excavation as directed by the Engineer. Measurements will be taken by the Engineer, and the volume of excavation will be calculated by the average end area method. The necessary refilling of unsuitable areas will not be measured for separate payment but will be subsidiary to "Unsuitable Excavation". Only that amount of excavation directed by the Engineer will be measured for payment. FYV Taxiway B Widening and Rehabilitation P-152-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 BASIS OF PAYMENT 152-4.1 "Unclassified excavation" payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. r IabeF, equipmeRt, teels, complete the 'tern. materials, laber, equipment, teels, GE)Mple+e the item152-4.4 "Drainage EXGavatiE)R" payment shall be made at the GentraGt URit PFiGe PeF GubiG yard. This pro all and inGideRtalS ReGessary to e em materials,labor,equipment,tools, GOMplete the it remr�le+e the item materials, r r e 152-4.6 "&9Gkpiled Material" paymeRt Sh-all be PAR -de At the GA_.ntraGt YRit PFiGe peF GubiG yard. This PriGe e item materials, labor, equipment, teels, remnle+e th materials,152-4.7 FE)r embankment on plaGe, payment shall be made at the GE)ntFaGt unit PFiGe peF GubiG yard. This nenessary to nemnlete the item labor, i e 152-4.2 Unsuitable excavation shall be paid for at the contract unit price bid per cubic yard for "Unsuitable Excavation", which price shall be full compensation for all excavation; for disposal or placement of unsuitable material (in accordance with section 152-1.3), including loading, hauling, spreading, and compaction; for compaction and preparation of subgrade; for the refilling, rolling, and compaction of all undercut areas; and for all equipment, tools, labor, and incidentals necessary to complete the work. Payment will be made under: Item P-152-4.1 Unclassified Excavation - per Cubic Yard Item P-152-4.2 Unsuitable Excavation - per Cubic Yard FYV Taxiway B Widening and Rehabilitation P-152-7 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-152 FYV Taxiway B Widening and Rehabilitation P-152-8 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be design, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public -use airports. 156-1.2 This item covers the application of Temporary Erosion Control items at locations shown on the Plans, as directed by the Engineer, and as required for permit compliance, and the requirement of the Contractor to execute, and maintain a specific Storm Water Pollution Prevention Plan (SWPPP) for the project. The Contractor will also be required to request and obtain all necessary federal, state, and local permits. The temporary erosion control measures shown in the Plans do not represent the extent of work and coordination required by the Contractor under this item. MATERIALS 156-2.1 GRASS. Grass that will not compete with the grasses sown later for permanent cover per Item T- 901 shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, Portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 SILT FENCE. The silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461 156-2.6 OTHER. All other materials shall Meet al grade stand-ards; -nd- shall be a ed by the Engineer befere being ; rated ;nto the p eGt be in accordance with SECTION 621 - TEMPORARY EROSION CONTROL ITEMS AND DEVICES of the Standard Specifications, except as modified or augmented herein. Heavy Duty silt fencing (with welded wire in the fabric) may be required on steep slopes if the Engineer determines that the silt fence used by the Contractor is not performing satisfactory. FYV Taxiway B Widening and Rehabilitation P-156-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. GA-AS#ri IGAGn eperatieRs anal ns+r� �,.ti„n v.,,,rk are iRyelyed 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion may be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately if project conditions permit; otherwise, temporary erosion control measures may be required. The Engineer shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the Engineer. The Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by the Engineer. If temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by the Engineer, the work shall be performed by the Contractor and the cost shall be incidental to this item. The Engineer may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. FYV Taxiway B Widening and Rehabilitation P-156-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 156-3.4 INSTALLATION, MAINTENANCE AND REMOVAL OF SILT FENCES. Silt fences shall extend a minimum of 16 inches and a maximum of 34 inches above the ground surface. Posts shall be set no more than 10 feet on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12-inch overlap and securely sealed. A trench shall be excavated approximately 4 inches deep by 4 inches wide on the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence fabric. The Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of the Engineer. 156-3.5 CONSTRUCTION METHODS. Providing the temporary erosion control items and devices shown on the Plans is intended to minimize the erosion of soils during construction. However, the items and devices shown are not intended to represent all of the necessary items or procedures required to be implemented by the Contractor. The plans and specifications show the Engineer's estimate of a minimum effort needed to maintain proper erosion control during construction. Additional effort and materials may be required by the Contractor to minimize the erosion of soils during construction. It shall be the Contractor's responsibility to install and maintain all the items shown in the Plans and to coordinate, submit, obtain, and comply with all necessary Federal, State, and local permits. The coordination with governing agencies shall include, but not limited to the following: ➢ Maintaining an approved Storm Water Pollution Prevention Plan, ➢ Coordinating and obtaining all local permits regarding grading operations for the proposed improvements, Contractor's staging area, spoil placement and any other grading operations related to the project as directed by the local governing agency. METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required will be performed as scheduled or directed by the Engineer. Completed and accepted work will be measured as one complete item. This work includes obtaining all necessary federal, state, and local permits required to complete this project. fellows: 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor. FYV Taxiway B Widening and Rehabilitation P-156-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 BASIS OF PAYMENT 156-5.1 Temporary erosion control acceptably completed will be paid for at the contract lump sum price bid for "TEMPORARY EROSION CONTROL," which shall be full compensation for furnishing all materials, tools, equipment, labor, 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 for "TEMPORARY EROSION CONTROL" will also include obtaining and compliance with the SWPPP, which shall include compensation for drainage -way inspections, report preparation, housekeeping practices, cleaning and maintenance, and other actions outlined in the SWPPP prepared by the Contractor necessary to execute the Plan. This item consists of all erosion control items not listed as a separate pay item in the Unit Price Schedule. Any fines issued to the Owner as a result of the Contractor's insufficient execution of the SWPPP will be assessed to the Contractor. Such deductions shall not be limited to the lump sum price of this item. Payment will be made under: Item P-156-5.1 Temporary Erosion Control - per Lump Sum MATERIAL REQUIREMENTS ASTM D6461 Standard Specification for Silt Fence Materials AC 150/5200-33 Hazardous Wildlife Attractants END OF ITEM P-156 FYV Taxiway B Widening and Rehabilitation P-156-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM P-209 CRUSHED AGGREGATE BASE COURSE DESCRIPTION 209-1.1 This item consists of a base course composed of crushed aggregate base constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross -sections shown on the plans. MATERIALS 209-2.1 CRUSHED AGGREGATE BASE. Crushed aggregate shall consist of clean, sound, durable particles of crushed stone, crushed gravel, and shall be free from coatings of clay, silt, organic material, or other objectionable materials. Aggregates shall contain no clay lumps or balls. Fine aggregate passing the No. 4 (4.75 mm) sieve shall consist of fines from the coarse aggregate crushing operation. If necessary, fine aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by crushing stone, gravel, that meet the coarse aggregate requirements for wear and soundness. The coarse aggregate portion, defined as the material retained on the No. 4 (4.75 mm) sieve, shall not have a loss of greater than 45% when tested per ASTM C131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. The aggregate shall contain no more than 15%, by weight, of flat, elongated, or flat and elongated particles per ASTM D4791. A flat particle is one having a ratio of width to thickness greater than 3; an elongated particle is one having a ratio of length to width greater than three (3). The aggregate shall have at least 90% by weight of particles with at least two fractured faces and 100% with at least one fractured face per ASTM D5821. The area of each face shall be equal to at least 75% of the smallest mid -sectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. a. Sampling and Testing for Initial Aggregate Base Requirements. Samples shall be taken by the Contractor in the presence of the Engineer. Material shall meet the requirements in paragraph 209-2.1 and 209-2.2. This sampling and testing will be the basis for approval of the aggregate base quality requirements. In lieu of testing, the Engineer may accept certified state test results indicating that the aggregate meets specification requirements. Certified test results shall be less than 6 months old. 209-2.2 GRADATION REQUIREMENTS. The gradation of the aggregate base material shall meet the requirements of the gradation given in the following table when tested per ASTM C117 and ASTM C136. The gradation shall be well graded from coarse to fine as defined by ASTM D2487 and shall not vary from the lower limit on one sieve to the high limit on an adjacent sieve or vice versa. The fraction of material passing the No. 200 (0.075 mm) sieve shall not exceed one-half the fraction passing the No. 40 (0.45 mm) sieve. FYV Taxiway B Widening and Rehabilitation P-209-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 REQUIREMENTS FOR GRADATION OF AGGREGATE BASE Sieve Size Design Range Percentage by Weight Contractor's Final Gradation Job Control Grading Band Tolerances for Contractor's Final Gradation Percent 2 inch (50 mm) 100 0 1-1/2 inch (38 mm) 95-100 ±5 1 inch (25 mm) 70-95 ±8 3/4 inch (19 mm) 55-85 ±8 No. 4 (4.75 mm) 30-60 ±8 No. 40 (0.45 mm) 10-30 ±5 No. 200 (0.075 mm) 0-8 ±3 The "Job Control Grading Band Tolerances for Contractor's Final Gradation" in the table shall be applied to "Contractor's Final Gradation" to establish a job control grading band. The full tolerance still applies if application of the tolerances results in a job control grading band outside the design range. a. Sampling and Testing for Gradation. Gradation tests shall be performed by the Engineer per ASTM C136 and sieve analysis on material passing the No. 200 sieve (75 mm) per ASTM C117. The Engineer shall take at least two aggregate base samples per lot to check the final gradation. Sampling shall be per ASTM D75. The lot will be consistent with the lot size used for density. The samples shall be taken from the in -place, un-compacted material in the presence of the Engineer. Sampling points and intervals will be designated by the Engineer. CONSTRUCTION METHODS 209-3.1 PREPARING UNDERLYING SUBGRADE AND/OR SUBBASE. The underlying subgrade and/or subbase shall be checked and accepted by the Engineer before base course placing and spreading operations begin. Re -proof rolling of the subgrade or proof rolling of the subbase in accordance with P- 152, at the Contractor's expense, may be required by the Engineer if the Contractor fails to ensure proper drainage or protect the subgrade and/or subbase. Any ruts or soft, yielding areas due to improper drainage conditions, hauling, or any other cause, shall be corrected before the base course is placed. To ensure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. 209-3.2 PRODUCTION. The aggregate shall be uniformly blended and, when at a satisfactory moisture content per paragraph 209-3.4, the approved material may be transported directly to the spreading equipment. FYV Taxiway B Widening and Rehabilitation P-209-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 209-3.3 PLACING. The aggregate base material shall be placed on the prepared underlying subgrade and/or subbase and compacted in layers to the thickness shown on the plans. Work shall progress without interruption. The material shall be deposited and spread in lanes in a uniform layer without segregation to such loose depth that, when compacted, the layer shall have the specified thickness. The aggregate base course shall be constructed in layers of uniform thickness of not less than 3 inches nor more than 6 inches of compacted thickness. The aggregate as spread shall be of uniform grading with no pockets of fine or coarse materials. The aggregate, unless otherwise permitted by the Engineer, shall not be spread more than 2,000 square yards in advance of the rolling. Any necessary sprinkling shall be kept within these limits. Care shall be taken to prevent cutting into the underlying layer during spreading. No material shall be placed in snow or on a soft, muddy, or frozen course. The aggregate base material shall be spread by spreader boxes or other approved devices. This equipment shall have positive thickness controls that spread the aggregate in the required amount to avoid or minimize the need for hand manipulation. Dumping from vehicles that require re -handling shall not be permitted. Hauling over the uncompacted base course shall not be permitted. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. 209-3.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed aggregate shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the material to the required density. Immediately after completion of the spreading operations, compact each layer of the base course, as specified, with approved compaction equipment. The number, type, and weight of rollers shall be sufficient to compact the material to the required density within the same day that the aggregate is placed on the subgrade. The moisture content of the material during placing operations shall be within ±2 percentage points of the optimum moisture content as determined by ASTM D1557. 209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Aggregate base course shall be accepted for density on a lot basis. A lot will consist of one day's production if it does not exceed 2,400 square yards. A lot will consist of one-half day's production if a day's production consists of between 2,400 and 4,800 square yards. The Engineer shall perform all density tests. Each lot shall be divided into two equal sublots. One test shall be made for each sublot and shall consist of the average of two random locations for density determination. Sampling locations will be determined by the Engineer on a random basis per ASTM D3665. Each lot will be accepted for density when the field density is at least 100% of the maximum density of laboratory specimens. The specimens shall be compacted and tested per ASTM D1557. The in -place field density shall be determined per ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made at the Contractor's expense. This procedure shall be followed until the specified density is reached. 209-3.6 SURFACE TOLERANCES. After the course has been compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches, reshaped and recompacted to grade. until the required smoothness and accuracy are obtained and approved by the Engineer. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor's expense. The smoothness and accuracy requirements specified here apply only to the top layer when base course is constructed in more than one layer. FYV Taxiway B Widening and Rehabilitation P-209-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 a. Smoothness. The finished surface shall not vary more than 3/8 inch when tested with a 12-foot straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously at half the length of the 12-foot straightedge for the full length of each line on a 50-foot grid. b. Accuracy. The grade and crown shall be measured on a 50-foot grid and shall be within +0 and - 1/2 inch of the specified grade. 209-3.7 THICKNESS CONTROL. The thickness of the base course shall be within +0 and -1/2 inch of the specified thickness as determined by depth tests taken by the Contractor in the presence of the Engineer. Tests shall be taken at intervals representing no more than 300 square yards per test. Sampling locations will be determined by the Engineer per ASTM D3665. Where the thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas at no additional cost by scarifying to a depth of at least 3 inches, adding new material of proper gradation, and the material shall be blended and recompacted to grade. Additional test holes may be required to identify the limits of deficient areas. The Contractor shall replace, at his expense, base material where depth tests have been taken. 209-3.8 PROTECTION. Perform construction when the atmospheric temperature is above 35°F. When the temperature falls below 35°F, protect all completed areas by approved methods against detrimental effects of freezing. Correct completed areas damaged by freezing, rainfall, or other weather conditions to meet specified requirements. When the aggregates contain frozen materials or when the underlying course is frozen or wet, the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results. Equipment shall be routed over the full width of the base course to avoid rutting or uneven compaction. The Engineer will stop all hauling over completed or partially completed base course when, in the Engineer's opinion, such hauling is causing damage. Any damage to the base course shall be repaired by the Contractor at the Contractor's expense. 209-3.9 MAINTENANCE. The Contractor shall maintain the base course in a satisfactory condition until the full pavement section is completed and accepted by the Engineer. The surface shall be kept clean and free from foreign material and properly drained at all times. Maintenance shall include immediate repairs to any defects and shall be repeated as often as necessary to keep the area intact. Any base course that is not paved over prior to the onset of winter shall be retested to verify that it still complies with the requirements of this specification. Any area of base course that is damaged shall be reworked or replaced as necessary to comply with this specification. Equipment used in the construction of an adjoining section may be routed over completed base course, if no damage results and the equipment is routed over the full width of the base course to avoid rutting or uneven compaction. The Contractor shall remove all survey and grade hubs from the base courses prior to placing any bituminous surface course. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course will be determined by measurement of the number of square yards of material actually constructed and accepted by the Engineer as complying with the plans and specifications. Base materials shall not be included in any other excavation quantities. FYV Taxiway B Widening and Rehabilitation P-209-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per square yard for crushed aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-209-5.1 Crushed Aggregate Base Course (6" Thickness) - per Square Yard FYV Taxiway B Widening and Rehabilitation P-209-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75-pm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D75 Standard Practice for Sampling Aggregates ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D5821 Standard Test Method for Determining the Percentage of Fractured Particles in Coarse Aggregate ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF P-209 FYV Taxiway B Widening and Rehabilitation P-209-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM P-401 HOT MIX ASPHALT (HMA) PAVEMENTS DESCRIPTION 401-1.1 This item shall consist of pavement courses composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross -sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, crushed slag, screenings, natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust' staining that can bleed through pavement markings. The portion retained on the No. 4 (4.75 mm) sieve is coarse aggregate. The portion passing the No. 4 (4.75 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. Crushed slag shall not be used in this project. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40% when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. Clay lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C142. Aggregate shall contain at least 75 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by crushing. The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D4791 with a value of 5:1. Slag shall be aiF -h[-R.qt flUrn-AP-8 slag, and shall have a GOmpaGted weight ef net less thaR 70 P06IIRds-pe•rGuh�r� f.,., +,.,h�eR testediR aG6erda-RGe with RSTnn r_ 22A_. b. Fine Aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. Clay lumps and friable particles shall not exceed 1.0%, by weight, when tested in accordance with ASTM C142. Natural (non -manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. If used, the natural sand shall meet the requirements of FYV Taxiway B Widening and Rehabilitation P-401-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ASTM D1073 and shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D2419 c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall be used in sampling mineral filler. 401-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242. 401-2.3 ASPHALT CEMENT BINDER. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) 76-22. A certificate of compliance from the manufacturer shall be included with the mix design submittal. The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. 401-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse Aggregate. (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent fractured faces (5) Flat and elongated particles f6) Unit weight of clan b. Fine Aggregate. (1) Liquid limit and Plasticity index (2) Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent c. Mineral Filler. d. Asphalt Binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures. The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 401-2.5 ANTI -STRIPPING AGENT. Any anti -stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. FYV Taxiway B Widening and Rehabilitation P-401-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 COMPOSITION 401-3.1 COMPOSITION OF MIXTURE. The HMA mix shall be composed of a mixture of well -graded aggregate, filler and anti -strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 401-3.2 JOB MIX FORMULA (JMF). No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer. The asphalt mix -design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 401-3.4. The HMA shall be designed using procedures contained in Asphalt Institute MS-2 Mix Design Manual, 7th Edition. ASTM D6926 shall be used for preparation of specimens using the manually held and operated hammer for the mix design procedure. ASTM D6927 shall be used for testing for Marshall stability and flow. If material variability exceeds the standard deviations indicated, the JMF and subsequent production targets shall be based on a stability greater than shown in Table 1 and the flow shall be targeted close to the mid -range of the criteria in order to meet the acceptance requirements. Tensile strength ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70-80%. If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates currently being produced. The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the job mix formula. b. Percent of asphalt cement. c. Asphalt performance grade and type of modifier if used. d. Number of blows per side of molded specimen. e. Laboratory mixing temperature. f. Laboratory compaction temperature. g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures; and for modified binders include supplier recommended mixing and compaction temperatures. h. Plot of the combined gradation on a 0.45 power gradation curve. i. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. j. Specific Gravity and absorption of each aggregate. k. Percent natural sand. FYV Taxiway B Widening and Rehabilitation P-401-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 I. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Anti -strip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial production JMF has been approved by the Engineer and a new or modified JMF is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified JMF, including a new test strip when required by the engineer, will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF. The Marshall Design Criteria applicable to the project shall meet the criteria specified in Table 1. Table 1. Marshall Desian Criteria Test Property Value Number of blows 75 Stability, pounds minimum 2150 Flow, 0.01 in. 10-16 Target Air voids (%) 3.5 Percent voids in mineral aggregate, minimum See Table 2 1 The flow requirement is not applicable for Polymer Modified Asphalts. Table 2. Minimum Percent Voids In Mineral Aggregate (VMA) Aggregate (See Table 3) Minimum VMA Gradation 3 16% Gradation 2 15% Gradation 1 14% FYV Taxiway B Widening and Rehabilitation P-401-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C136 and ASTM C117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply; be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. Table 3. Aggregate - HMA Pavements Sieve Size Percentage by Weight Passing Sieve (Gradation 2) 1 inch (25 mm) -- 3/4 inch (19 mm) 100 1/2 inch (12 mm) 79-99 3/8 inch (9 mm) 68-88 No. 4 (4.75 mm) 48-68 No. 8 (2.36 mm) 33-53 No. 16 (1.18 mm) 20-40 No. 30 (0.60 mm) 14-30 No. 50 (0.30 mm) 9-21 No. 100 (0.15 mm) 6-16 No. 200 (0.075 mm) 3-6 Asphalt Percent: Stone or gravel 5.0-7.5 Slag 6.5-9.6 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition. 401-3.3 RECLAIMED ASPHALT PAVEMENT (RAP). RAP shall not be used. 401-3.4 JOB MIX FORMULA (JMF) LABORATORY. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. FYV Taxiway B Widening and Rehabilitation P-401-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 401-3.5 TEST SECTION. Prior to full production, the Contractor shall prepare and place a quantity of HMA according to the JMF. The amount of HMA shall be sufficient to construct a test section 300 long and 25 wide, placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint for this test section is an exposed construction joint at least four (4) hours old or whose mat has cooled to less than 160°F. The cold joint must be cut back using the same procedure that will be used during production in accordance with 401- 4.13. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 401-5.1 and 401-5.2. The test section shall be divided into equal sublots. As a minimum the test section shall consist of three (3) sublots. The test section shall be considered acceptable if (1) stability, flow, mat density, air voids, and joint density are 90% or more within limits, (2) gradation and asphalt content are within the action limits specified in paragraphs 401-6.5a and 5b, and (3) the voids in the mineral aggregate are within the limits of Table 2. If the initial test section should prove to be unacceptable, the necessary adjustments to the JMF, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable test section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the initial test section and the section that meets specification requirements shall be made in accordance with paragraph 401-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the JMF. If aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates. Specimens shall be prepared and the optimum asphalt content determined in the same manner as for the original JMF tests. Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of Paragraph 401-6.1, has been approved, in writing, by the Engineer. CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. FYV Taxiway B Widening and Rehabilitation P-401-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 TABLE 4. Surface Temperature Limitations of Underlying Course Base Temperature (Minimum) Mat Thickness Deg. F Deg. C 3 in. or greater 40 4 Greater than 2 in. 45 7 but less than 3 in. 401-4.2 HMA PLANT. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes: Requirements for all plants include: a. Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weight may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. b. Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, calibrations, current reference standards to comply with the specifications and a masonry saw with diamond blade for trimming pavement cores and samples. The plant testing laboratory shall have a floor space area of not less than 200 square feet, with a ceiling height of not less than 7-1/2 feet. The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F ±5°F. The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: 1) Adequate artificial lighting. 2) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. 3) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. 4) Work benches for testing. 5) Desk with chairs and file cabinet. 6) Sanitary facilities convenient to testing laboratory. 7) Exhaust fan to outside air. 8) Sink with running water. Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations. FYV Taxiway B Widening and Rehabilitation P-401-7 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. c. Inspection of plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. d. Storage bins and surge bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions: 1) Stored in non -insulated bins for a period of time not to exceed three (3) hours. 2) Stored in insulated bins for a period of time not to exceed eight (8) hours. If the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the HMA due to temporary storage, no temporary storage will be allowed. 401-4.3 HAULING EQUIPMENT. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the Engineer. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 401-4.3.1 Material Transfer Vehicle (MTV). Material transfer vehicles used to transfer the material from the hauling equipment to the paver, shall use a self-propelled, material transfer vehicle with a swing conveyor that can deliver material to the paver without making contact with the paver. The MTV shall be able to move back and forth between the hauling equipment and the paver providing material transfer to the paver, while allowing the paver to operate at a constant speed. The Material Transfer Vehicle will have remixing and storage capability to prevent physical and thermal segregation. 401-4.4 HMA PAVERS. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. FYV Taxiway B Widening and Rehabilitation P-401-8 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 401-4.4.1 Automatic grade controls. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within ±0.1 %. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet (9 m) in length. b. Taut string -line (wire) set to grade. c. Short ski or shoe. d. Laser control. When stringline controls are utilized, stringlines shall be used on each side of the paver which is not abutting proposed grade. 401-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting HMA concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense. The use of equipment that causes crushing of the aggregate will not be permitted. 401-4.6 DENSITY DEVICE. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the gauge and obtain accurate density readings for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 401-4.7 PREPARATION OF ASPHALT BINDER. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the asphalt binder to the mixer at a uniform temperature. The temperature of unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 3250F when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F when added to the aggregate. 401-4.8 PREPARATION OF MINERAL AGGREGATE. The aggregate for the HMA shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 401-4.9 PREPARATION OF HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not FYV Taxiway B Widening and Rehabilitation P-401-9 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%. 401-4.10 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the HMA, the underlying course shall be cleaned of all dust and debris. A tack coat shall be applied in accordance with Item P-603, if shown on the plans. 401-4.11 LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-4.3. Deliveries shall be scheduled so that placing and compacting of HMA is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The Contractor shall use a material transfer vehicle to deliver HMA to the paver. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 401-4.4.1, provided grades of the first lift of HMA surface course meet the tolerances of paragraphs 401-5.2b(6) as verified by a survey. Contractor shall survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 401-5.2b(6) before the next lift can be placed. The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250°F. Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. Upon arrival, the HMA shall be placed to the full width by a HMA paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of 12.5 feet except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot; however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. FYV Taxiway B Widening and Rehabilitation P-401-10 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools. Areas of segregation in the surface course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long. 401-4.12 COMPACTION OF HMA. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the HMA has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the HMA to the roller, the wheels shall be equipped with a scraper and kept properly moistened but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 inches, be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401-4.13 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint. Longitudinal joints which have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°F; or are irregular, damaged, uncompacted or otherwise defective shall be cut back 3 inches to 6 inches to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. Asphalt tack coat or other product approved by the Engineer shall be applied to the clean, dry joint, prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA. 401-4.114 SAW -CUT GROOVING If shGWR en the plans, saw G61t greeves shall be previded as speGified �n item P_a24 FYV Taxiway B Widening and Rehabilitation P-401-11 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 401-4.15 DIAMOND GRINDING. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8- inch wide and there shall be a minimum of 55 to 60 blades per 12 inches of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1/2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground may 444 be sealed with a P-608 surface treatment as directed by the Engineer. It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings. 401-4.16 NIGHTTIME PAVING REQUIREMENTS. Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be twenty (20) horizontal foot-candles and maintained in the following areas: 1) An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines. 2) An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment. 3) An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start of any nighttime work. If the Contractor places any out of specification mix in the project work area, the Contractor is required to remove it at its own expense, to the satisfaction of the Engineer. If the Contractor has to continue placing non-payment HMA, as directed by the Engineer, to make the surfaces safe for aircraft operations, the Contractor shall do so to the satisfaction of the Engineer. It is the Contractor's responsibility to leave the facilities to be paved in a safe condition ready for aircraft operations. No consideration for extended closure time of the area being paved will be given. As a first order of work for the next paving shift, the Contractor shall remove all out of specification material and replace with approved material to the satisfaction of the Engineer. When the above situations occur, there will be no consideration given for additional construction time or payment for extra costs. 401-4.17 PAVING ADJACENT TO EXISTING PAVEMENT. When paving is proposed adjacent to existing pavement, the Contractor shall saw cut a clean vertical edge in the existing pavement prior to placing the proposed pavement. Any vertical edge cut prior to placement of asphalt shall be maintained by the contractor. In the result that a vertical edge is damaged prior to asphalt placement, the Contractor will be required to cut a new vertical edge at no additional cost to the Owner. FYV Taxiway B Widening and Rehabilitation P-401-12 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 MATERIAL ACCEPTANCE 401-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring and profilograph testing as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests except profilograph shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations at the Contractor's expense. a. Hot mixed asphalt. Plant -produced HMA shall be tested for air voids and stability and flow on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D979. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. 1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D3665. Samples will be taken in accordance with ASTM D979. The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the JMF. 2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D6927. Air voids will be determined by the Engineer in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6926 at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. The manual hammer in ASTM D6926 shall be used. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D2726 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. FYV Taxiway B Widening and Rehabilitation P-401-13 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 3) Acceptance. Acceptance of plant produced HMA for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401- 5.2b. b. In -place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. 1) Mat density. The lot size shall be the same as that indicated in paragraph 401-5.1a and shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot from a transverse or longitudinal joint. 2) Joint density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 401-5.1a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. All cores for joint density shall be taken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches. 3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches. Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled On a rnaRner aGGeptable tG the Engineerwith dyed non -shrink grout and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. The top most lift of HMA shall be completely bonded to the underlying layer. If any of the cores reveal that the surface is not bonded to the layer immediately below the surface then additional cores shall be taken as directed by the Engineer in accordance with paragraph 401-5.1b to determine the extent of any delamination. All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. 4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726. Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.1a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. 5) Acceptance. Acceptance of field placed HMA for mat density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(1). Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(3). FYV Taxiway B Widening and Rehabilitation P-401-14 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 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 other minor tonnage 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. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, that is, n = 5 or n = 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3. 401-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement as well as the implementation of the Contractor Quality Control Program and test results: (1) Air Voids (2) Mat density (3) Joint Density (4) Thickness (5) Smoothness (6) Grade (7) Stability (8) Flow Mat density and air voids will be evaluated for acceptance in accordance with paragraph 401-5.2b(1). Stability and flow will be evaluated for acceptance in accordance with paragraph 401-5.2b(2). Joint density will be evaluated for acceptance in accordance with paragraph 401-5.2b(3). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401- 5.2b(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2b(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2b(6). The Engineer may at any time, reject and require the Contractor to dispose of any batch of HMA which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if 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. b. Acceptance Criteria. (1) Mat Density and Air Voids. Acceptance of each lot of plant produced material for mat density and air voids shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment shall be determined in accordance with paragraph 401-8.1. FYV Taxiway B Widening and Rehabilitation P-401-15 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 (2) Stability and Flow. Acceptance of each lot of plant produced HMA for stability and flow shall be based on the PWL. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. If the PWL is less than 90%, the Contractor shall determine the reason and take corrective action. If the PWL is below 80%, the Contractor must stop production until the reason for poor stability and/or flow has been determined and adjustments to the HMA are made. (3) Joint Density. Acceptance of each lot of plant produced HMA for joint density shall be based on the PWL. If the PWL of the lot is equal to or exceeds 90%, the lot shall be considered acceptable. If the PWL is less than 90%, the Contractor shall evaluate the reason and act accordingly. If the PWL is less than 80%, the Contractor shall cease operations and until the reason for poor compaction has been determined. If the PWL is less than 71 %, the pay factor for the lot used to complete the joint shall be reduced by five (5) percentage points. This lot pay factor reduction shall be incorporated and evaluated in accordance with paragraph 401-8.1. (4) Thickness. Thickness of each lift of surface course shall be evaluated by the Engineer for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point shall not be more than 1/4 inch less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. (5) Smoothness. The final surface shall be free from roller marks. After the final rolling, but not later than 24 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The Contractor shall furnish paving equipment and employ methods that produce a surface for each pavement lot having an average profile index meeting the requirements of paragraph 401-8.1d when evaluated with a profilograph; and the finished surface course of the pavement shall not vary more than 1/4 inch when evaluated with a 12-foot straightedge. When the surface course smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the surface course, full depth removal and replacement of surface course corrections shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. The Contractor shall apply a surface treatment per Item P-608 or P-609 to all areas that have been subject to grinding as directed by the Engineer. a) Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet or more often as determined by the Engineer. Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. High spots on final surface course > 1/4 inch in transverse direction shall be corrected with diamond grinding per paragraph 401- 4.15 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. FYV Taxiway B Widening and Rehabilitation P-401-16 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the joint every 50 feet or more often if directed by the Engineer. Deviations on final surface course > 1/4 inch in transverse direction shall be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing. b) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet; and at the third points of paving lanes when widths of paving lanes are 20 ft or greater. Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet and areas not requiring a profilograph. When approved by the Engineer, the first and last 15 feet of the lot can also be considered as short sections for smoothness. The finished surface shall not vary more than 1/4 inch when evaluated with a 12-foot straightedge. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final surface course > 1/4 inch in longitudinal direction will be corrected with diamond grinding per paragraph 401- 4.15 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. Profilograph Testing. Profilograph testing shall be performed by the contractor using approved equipment and procedures as described as ASTM E1274. The equipment shall utilize electronic recording and automatic computerized reduction of data to indicate "must grind" bumps and the Profile Index for the pavement using a 0.2 inch blanking band. The bump template must span one inch with an offset of 0.4 inches. The profilograph must be calibrated prior to use and operated by a factory or State DOT approved operator. Profilograms shall be recorded on a longitudinal scale of one inch equals 25 feet and a vertical scale of one inch equals one inch. A copy of the reduced tapes shall be furnished to the Engineer at the end of each days testing. The pavement must have an average profile index meeting the requirements of paragraph 401-8.1d. High spots, or "must grind" spots, on final surface course in longitudinal direction shall be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Grinding will FYV Taxiway B Widening and Rehabilitation P-401-17 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. Where corrections are necessary, second profilograph runs shall be performed to verify that the corrections produced an average profile index of 15 inches per mile or less. If the initial average profile index was less than 15 inches, only those areas representing greater than 0.4 inch deviation will be re -profiled for correction verification. - -- ---- - - - - -- ---- - - - - - - - .. M. .. Smoothness testing indicated in the above paragraphs except paragraph (iii) shall be performed within 24 hours of placement of material. Smoothness testing indicated in paragraph (iii) shall be performed within 48 hours of paving completion. The primary purpose of smoothness testing is to identify areas that may be prone to ponding of water which could lead to hydroplaning of aircraft. If the contractor's machines and/or methods are producing significant areas that need corrective actions then production should be stopped until corrective measures can be implemented. If corrective measures are not implemented and when directed by the Engineer, production shall be stopped until corrective measures can be implemented. (6) Grade. Grade shall be evaluated on the first day of placement and then as a minimum, every 100 feet to allow adjustments to paving operations if measurements do not meet specification requirements. The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken. The finished surface of the pavement shall not vary from the gradeline elevations and cross -sections shown on the plans by more than 112 inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet or less longitudinally and all breaks in grade transversely (not to exceed 50 feet) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 5,000 square yards. When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course plus 1/2 inch of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off provided the course thickness complies with the thickness specified on the plans. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches wide. The peaks and ridges shall be approximately 1/32 inch higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. High point grinding will be limited to 15 square yards. Areas in excess of 15 square yards will require removal and replacement of the pavement FYV Taxiway B Widening and Rehabilitation P-401-18 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 in accordance with the limitations noted above. The Contractor shall apply a surface treatment per P-608 to all areas that have been subject to grinding. c. Percentage of Material Within Specification Limits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance limits (L) for lower and (U) for upper are contained in Table 5. Table 5. Marshall acceptance limits for stability, flow, air voids, density TEST PROPERTY Pavements Designed for Aircraft Gross Weights of 60,000 Ibs or More or Tire Pressures of 100 psi or More Number of Blows 75 blows Specification Tolerance Limits L U Stability, minimum (Ibs) 1800 -- Flow, 0.01 inch 8 18* Air Voids Total Mix (%) 2 5 Surface Course Mat Density (%) 96.3 101.3 Base Course Mat Density (%) 95.5 101.3 Joint Density (%) 93.3 -- * Upper flow limit requirements do not apply for any mix with a polymer -modified binder (where the difference between the upper and lower temperature number is 90°F or greater). d. Outliers. All individual tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E178, at a significance level of 5%. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. The criteria in Table 5 is based on production processes which have a variability with the following standard deviations: Surface Course Mat Density (%), 1.30; Base Course Mat Density (%), 1.55; Joint Density (%), 2.1. The Contractor should note that (1) 90 PWL is achieved when consistently producing a surface course with an average mat density of at least 98% with 1.30% or less variability, (2) 90 PWL is achieved when consistently producing a base course with an average mat density of at least 97.5% with 1.55% or less variability, and (3) 90 PWL is achieved when consistently producing joints with an average joint density of at least 96% with 2.1 % or less variability. 401-5.3 RESAMPLING PAVEMENT FOR MAT DENSITY. a. General. Resampling of a lot of pavement will only be allowed for mat density, and then, only if the Contractor requests same, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401- 5.1 b and 401-5.2b(1). Only one resampling per lot will be permitted. (1) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. FYV Taxiway B Widening and Rehabilitation P-401-19 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 b. Payment for Resampled Lots. The redefined PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 6. c. Outliers. Check for outliers in accordance with ASTM E 178, at a significance level of 5 percent. 401-5.4 LEVELING COURSE. Any course used for trueing and leveling shall meet the aggregate gradation in Table 3, paragraph 401-3.2. The trueing and leveling course shall meet the requirements of paragraph 401-3.2, 401-5.2b(1) for air voids, and 401-5.2b(2) for stability and flow , but shall not be subject to the density requirements of paragraph 401-5.2b(1) for mat density and 401-5.2b(3) for joint density. The leveling course shall be compacted with the same effort used to achieve density of the test section. The trueing and leveling course shall not exceed the maximum lift thickness associated with each gradation in Table 3, paragraph 401-3.2. The leveling course is the first variable thickness lift of an overlay placed prior to subsequent courses. CONTRACTOR QUALITY CONTROL 401-6.1 GENERAL. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including, but not limited to: a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Finishing h. Joints L Compaction j. Surface Smoothness k. Personnel I. Laydown Plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 401-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. 401-6.2 CONTRACTOR TESTING LABORATORY. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications. 401-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. FYV Taxiway B Widening and Rehabilitation P-401-20 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 a. Asphalt Content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444, ASTM C136, and ASTM C117. c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture Content of Mixture. The moisture content shall be determined once per lot in accordance with ASTM D1461 or AASHTO T329. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site. f. In -Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 401-6.4 SAMPLING. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 401-6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. FYV Taxiway B Widening and Rehabilitation P-401-21 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS Sieve Action Limit Suspension Limit 3/4 inch (19 mm) ±6% ±9% 1/2 inch (12 mm) ±6% ±9% 3/8 inch (9 mm) ±6% ±9% No. 4 (4.75 mm) ±6% ±9% No. 16 (1.18 mm) ±5% ±7.5% No. 50 (0.30 mm) ±3% ±4.5% No. 200 (0.075 mm) ±2% ±3% Asphalt Content ±0.45% ±0.70% VMA -1.00% -1.50% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. CONTROL CHART LIMITS BASED ON RANGE Based on n = 2 Sieve Suspension Limit 1/2 inch (12 mm) 11% 3/8 inch (9 mm) 11% No. 4 (4.75 mm) 11% No. 16 (1.18 mm) 9% No. 50 (0.30 mm) 6% No. 200 (0.075 mm) 3.5% Asphalt Content 0.8% c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. 401-6.6 QUALITY CONTROL REPORTS. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100. FYV Taxiway B Widening and Rehabilitation P-401-22 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 METHOD OF MEASUREMENT 401-7.1 MEASUREMENT. HMA shall be measured by the number of tons of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. The Contractor's Quality Control Plan shall not be measured separately but shall be considered an incidental aspect of the pavement construction. BASIS OF PAYMENT 401-8.1 PAYMENT. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 401-5.2 shall be made based on results of tests for smoothness, mat density and air voids. Payment for acceptable lots shall be adjusted according to paragraph 401-8.1a for mat density and air voids and 401-8.1c for smoothness, subject to the limitation that: a. The total project payment for plant mix bituminous concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of tons of HMA used in the accepted work (See Note 1 under Table 6). b. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. c. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100% or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100% or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100%. If PWL for joint density is less than 71 percent then the lot pay factor shall be reduced by 5% but be no higher than 95%. 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 401-8.1. Payment in excess of 100% for accepted lots of HMA shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100%. TABLE 6. PRICE ADJUSTMENT SCHEDULE' Percentage of Material Within Lot Pay Factor Specification Limits (PWL) (Percent of Contract Unit Price) 96 — 100 106 90-95 PWL +10 75 — 89 0.5 PWL + 55 55-74 1.4PWL —12 Below 55 Reject 2 ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR OF 106% FOR EACH LOT, ACTUAL PAYMENT ABOVE 100% SHALL BE SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION SPECIFIED IN PARAGRAPH 401-8.1. 2 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% of the contract unit price and the total project payment shall be reduced by the amount withheld for the rejected lot. FYV Taxiway B Widening and Rehabilitation P-401-23 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 mole, Gentront unit PFiGe adjustment in lie i of red Uninn the nrnfilo inrlov e. Basis of adjusted payment for smoothness. Price adjustment for pavement smoothness will be made in accordance with Table 7. The adjustment will apply to the total tonnage of HMA within a lot of pavement and shall be applied with the following equation: (Tons of asphalt concrete in lot) x (lot pay factor) x (unit price per ton) x (smoothness pay factor) = payment for lot Table 7. Profilograph Average Profile Index Smoothness Pay Factor Inches/miles per 1/10 mile Short Sections Pay Factor 0.0-7 00.0-15.0 100% 7.1 - 9 15.1 - 16 98% 9.1-11 16.1-17 96% 11.1-13 17.1-18 94% 13.1 - 14 18.1 - 20 92% 14.1 - 15 20.1 - 22 90% 15.1 and up 22.1 and up Corrective work required' 1 The Contractor shall correct pavement areas not meeting these tolerances by removing and replacing the defective work. If the Contractor elects to construct an overlay to correct deficiencies, the minimum thickness of the overlay should be at least three times the maximum aggregate size (approximately four (4) times the nominal maximum aggregate size). The corrective overlay shall not violate grade Criteria and butt joints shall be constructed by sawing and removing the original pavement in compliance with the thickness/ maximum aggregate size ratio. Skin patching shall not be permitted. HMA placed above the specified grade shall not be included in the quantities for payment. 401-8.1.1. PAYMENT. Payment will be made under: Item P-401-8.la Asphalt Hot Mix Surface Course — per Ton Item P-401-8.1 b Asphalt Hot Mix Leveling Course — per Ton TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75-lam (No. 200) Sieve in Mineral Aggregates by Washing FYV Taxiway B Widening and Rehabilitation P-401-24 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity) and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous - Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted Aggregate FYV Taxiway B Widening and Rehabilitation P-401-25 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ASTM D6084 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer ASTM D6307 Standard Test Method for Asphalt Content of Hot Mix Asphalt by Ignition Method ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus ASTM D6927 Standard Test Method for Marshall Stability and Flow of Bituminous mixtures ASTM E11 Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves ASTM E17 Standard Practice for Dealing with Outlying Observations ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a Profilograph AASHTO T030 Standard Method of Test for Mechanical Analysis of Extracted Aggregate AASHTO T110 Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Gmb) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot- Laid Bituminous Paving Mixtures. AASHTO T329 Standard Method of Test for Moisture Content of Hot Mix Asphalt (HMA) by Oven Method Asphalt Institute Handbook MS-26, Asphalt Binder Asphalt Institute MS-2 Mix Design Manual, 7th Edition MATERIAL REQUIREMENTS ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D3381 Standard Specification for Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D4552 Standard Practice for Classifying Hot -Mix Recycling Agents ASTM D6373 Standard Specification for Performance Graded Asphalt Binder END OF ITEM P-401 FYV Taxiway B Widening and Rehabilitation P-401-26 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM P-403 PLANT MIX BITUMINOUS PAVEMENTS (BASE, LEVELING OR SURFACE COURSE) DESCRIPTION 403-1.1 This item shall consist of a base course composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross -sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 403-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel saushedslag, screenings, natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust' staining that can bleed through pavement markings. The portion retained on the No. 4 (4.75 mm) sieve is coarse aggregate. The portion passing the No. 4 (4.75 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. Crushed slag shall not be used in this project. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 50 percent when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. Clay Lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C142. Aggregate shall contain at least 75 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75% of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be achieved by crushing. The aggregate shall not contain more than a total of 8 percent, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D 4791 with a value of 5:1. The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D4791 with a value of 5:1. b. Fine Aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. FYV Taxiway B Widening and Rehabilitation P-403-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Clay lumps and friable particles shall not exceed 1.0 percent, by weight, when tested in accordance with ASTM C142. Natural (nonmanufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15 percent natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D 1073 and shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D2419. c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall be used in sampling mineral filler. 403-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242. 403-2.3 BITUMINOUS MATERIAL. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) 76-22. A certificate of compliance from the manufacturer shall be included with the mix design submittal. The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. 403-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Preliminary material acceptance. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse Aggregate. (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent fractured faces (5) Flat and elongated particles b. Fine Aggregate. (1) Liquid limit and Plasticity index (2) Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent c. Mineral Filler. FYV Taxiway B Widening and Rehabilitation P-403-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 d. Asphalt Binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures. The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 403-2.5 ANTI -STRIPPING AGENT. Any anti -stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. COMPOSITION 403-3.1 COMPOSITION OF MIXTURE. The HMA plant mix shall be composed of a mixture of well -graded aggregate, filler and anti -strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 403-3.2 JOB MIX FORMULA. No bituminous mixture for payment shall be produced until a job mix formula has been approved in writing by the Engineer. The bituminous mixture shall be designed using procedures contained in Chapter 5, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS-2), Mix Design Methods for Asphalt Concrete, sixth edition, and shall meet the requirements of Tables 1, 2 and 3. No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer. The asphalt mix design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 403-3.4. The HMA shall be designed using procedures contained in Asphalt Institute MS-2 Mix Design Manual, 7th Edition. ASTM D6926 shall be used for preparation of specimens using the manually held and operated hammer for the mix design procedure. ASTM D6927 shall be used for testing for Marshall stability and flow. If material variability exceeds the standard deviations indicated, the JMF and subsequent production targets shall be based on a stability greater than shown in Table 1 and the flow shall be targeted close to the mid- range of the criteria in order to meet the acceptance requirements. Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70-80%. If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates currently being produced. The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the JMF. b. Percent of asphalt cement. FYV Taxiway B Widening and Rehabilitation P-403-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 c. Asphalt performance, grade, and type of modifier if used. d. Number of blows per side of molded specimen. e. Laboratory mixing temperature. f. Laboratory compaction temperature. g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures and for modified binders include supplier recommended mixing and compaction temperatures. h. Plot of the combined gradation on the 0.45 power gradation curve. L Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. j. Specific gravity and absorption of each aggregate. k. Percent natural sand. I. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Antistrip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial production JMF has been approved by the Engineer and a new or modified JMF is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified JMF will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF. FYV Taxiway B Widening and Rehabilitation P-403-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The Marshall Design Criteria applicable to the project shall be as specified in Table 1. Table 1. Marshall Design Criteria Test Property Value Number of blows 75 Stability, pounds minimum 1800 Flow, 0.01 inch 8-16 Air voids percent 3.5 Percent voids in mineral aggregate, minimum See Table 2 1The flow requirement is not applicable for Polymer Modified Asphalts. Table 2. Minimum Percent Voids In Mineral Aggregate VMA) Aggregate (See Table 3) Minimum VMA Gradation 3 16 Gradation 2 15 Gradation 1 14 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C136 and ASTM C117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply, be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. Table 3. Aggregate - HMA Pavements Sieve Size Percentage by Weight Passing Sieve (Gradation 2) 1 inch (25 mm) -- 3/4 inch (19 mm) 100 1/2 inch (12 mm) 79-99 3/8 inch (9 mm) 68-88 No. 4 (4.75 mm) 48-68 No. 8 (2.36 mm) 33-53 No. 16 (1.18 mm) 20-40 No. 30 (0.60 mm) 14-30 No. 50 (0.30 mm) 9-21 No. 100 (0.15 mm) 6-16 No. 200 (0.075 mm) 3-6 Asphalt Percent: Stone or gravel 5.0-7.5 Slag 6.5-9.6 FYV Taxiway B Widening and Rehabilitation P-403-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition. 403-3.3 RECLAIMED ASPHALT CONCRETE (RAP). RAP shall not be used. 403-3.4 JOB MIX FORMULA (JMF) LABORATORY. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. FYV Taxiway B Widening and Rehabilitation P-403-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 CONSTRUCTION METHODS 403-4.1 WEATHER LIMITATIONS. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. TABLE 4. BASE TEMPERATURE LIMITATIONS Base Temperature Minimum Mat Thickness Degrees F Degrees C 3 inches or greater 40 4 Greater than 2 inches but less 45 7 than 3 inches 403-4.2 HMA PLANT. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes: a. Requirements for All Plants Include: (1) Truck Scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weights may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. (2) Testing Facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications and masonry saw with diamond blade for trimming pavement cores and samples. The plant testing laboratory shall have a floor space area of not less than 200 square feet, with a ceiling height of not less than 7-1/2 feet. The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F ±5°F. The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: (a) Adequate artificial lighting (b) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. (c) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. (d) Work benches for testing. (e) Desk with chairs and file cabinet. (f) Sanitary facilities convenient to testing laboratory. (g) Exhaust fan to outside air. (h) Sink with running water. FYV Taxiway B Widening and Rehabilitation P-403-7 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. (3) Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. (4) Storage Bins and Surge Bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions: (a) Stored in non -insulated bins for a period of time not to exceed three (3) hours. (b) Stored in insulated storage bins for a period of time not to exceed eight (8) hours. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the HMA due to temporary storage, no temporary storage will be allowed. 403-4.3 HAULING EQUIPMENT. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the Engineer. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 403-4.3.1 MATERIAL TRANSFER VEHICLE (MTV). A material transfer vehicle is not required. 403-4.4 HMA PAVERS. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. 403-4.4.1 AUTOMATIC GRADE CONTROL. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within ±0.1 %. FYV Taxiway B Widening and Rehabilitation P-403-8 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet in length b. Taut stringline (wire) set to grade c. Short ski or shoe d. Laser control When stringline controls are utilized, stringlines shall be used on each side of the paver which is not abutting proposed grade. 403-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense. The use of equipment that causes crushing of the aggregate will not be permitted. 403-4.5.1 DENSITY DEVICE.. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the density gauge and obtain accurate density readings for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 403-4.6 PREPARATION OF ASPHALT BINDER. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 3250F when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350OF when added to the aggregate. 403-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the HMA shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 403-4.8 PREPARATION OF HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF. FYV Taxiway B Widening and Rehabilitation P-403-9 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%. 403-4.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat shall be applied in accordance with Item P-602 or P-603, if shown on the plans. Immediately before placing the HMA, the underlying course shall be cleaned of all dust and debris. A tack coat shall be applied in accordance with P-603, if shown on the plans. 403-4.10 LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 403-4.3. Deliveries shall be scheduled so that placing and compacting of HMA is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 403-4.4.1, provided grades of the first lift of bituminous surface course meet the tolerances of paragraphs 403-5.2b(5) as verified by a survey. Contractor shall survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 403-5.2b(5) before the next lift can be placed. The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250OF Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of 12.5 feet except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least one foot; however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. FYV Taxiway B Widening and Rehabilitation P-403-10 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools. Areas of segregation in the course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long. 403-4.11 COMPACTION OF MIXTURE. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be equipped with a scraper and kept properly moistened using a water soluble asphalt release agent approved by the Engineer. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 inches, be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 403-4.12 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint. Longitudinal joints which are have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°F; or are irregular, damaged, uncompacted or otherwise defective shall be cut back 3 inches to 6 inches to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. An asphalt tack coat or other product approved by the Engineer shall be applied to the clean, dry joint prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA. FYV Taxiway B Widening and Rehabilitation P-403-11 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 403-4.13 DIAMOND GRINDING. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch wide and there shall be a minimum of 55 to 60 blades per 12 inches of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1/2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground will be sealed with a P-608 surface treatment as directed by the Engineer. It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings. 403-4.14 NIGHTTIME PAVING REQUIREMENTS. Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be 20 horizontal foot-candles and maintained in the following areas: (1) An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines. (2) An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start of any nighttime work. If the Contractor places any out of specification mix in the project work area, the Contractor is required to remove it at its own expense, to the satisfaction of the Engineer. If the Contractor has to continue placing non-payment HMA, as directed by the Engineer, to make the surfaces safe for aircraft operations, the Contractor shall do so to the satisfaction of the Engineer. It is the Contractor's responsibility to leave the facilities to be paved in a safe condition ready for aircraft operations. No consideration for extended closure time of the area being paved will be given. As a first order of work for the next paving shift, the Contractor shall remove all out of specification material and replace with approved material to the satisfaction of the Engineer. When the above situations occur, there will be no consideration given for additional construction time or payment for extra costs. FYV Taxiway B Widening and Rehabilitation P-403-12 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 MATERIAL ACCEPTANCE 403-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations. a. Hot Mixed Asphalt.. Plant -produced HMA shall be tested for air voids and stability and flow on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D979. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. (1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D3665. Samples will be taken in accordance with ASTM D979. The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the JMF. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D6927. Air voids will be determined by the Engineer in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6926 at the number of blows required by paragraph 403-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. The manual hammer in ASTM D6926 shall be used. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D2726 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. (3) Acceptance. Acceptance of plant produced HMA for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 403- 5.1. FYV Taxiway B Widening and Rehabilitation P-403-13 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 b. In -Place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. (1) Mat Density. The lot size shall be the same as that indicated in paragraph 403-5.1a The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot from a transverse or longitudinal joint. (2) Joint Density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 403-5.1a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. All cores for joint density shall be taken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches. (3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches. Samples that are defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. The top most lift of bituminous material shall be completely bonded to the underlying layers of bituminous material. If any of the cores reveal that the surface is not bonded to the bituminous layer immediately below the surface then additional cores shall be taken as directed by the Engineer in accordance with paragraph 403-5.1 b to determine the extent of any delamination. All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726. Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 403-5.1a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (5) Acceptance. Acceptance of field placed HMA for mat density will be determined by the Engineer in accordance with the requirements of paragraph 403-5.2b(1). Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 403-5.2b(2). c. Partial Lots HMA. 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 other minor tonnage 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. FYV Taxiway B Widening and Rehabilitation P-403-14 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, that is, n = 5 or n = 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3. 403-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the HMA and completed pavement and test results: (1) Air Voids (2) Mat density (3) Joint density (4) Thickness (5) SMeethRe&S (6) Grade (7) Stability (8) Flow Mat density will be evaluated for acceptance in accordance with paragraph 403-5.2b(1). Stability and flow will be evaluated for acceptance in accordance with paragraph 403-5.1. Joint density will be evaluated for acceptance in accordance with paragraph 403-5.2b(2). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 403- 5.2b(3). Acceptance for smoothness will be based on the criteria contained in paragraph 403-5.2b(4). Acceptance for grade will be based on the criteria contained in paragraph 403-5.2b(5). The Engineer may at any time reject and require the Contractor to dispose of any batch of HMA which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if 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. b. Acceptance Criteria. (1) Mat Density. Acceptance of each lot of plant produced material for mat density shall be based on the average of all of the densities taken from the sublots. If the average mat density of the lot so established equals or exceeds 96%, the lot shall be acceptable. If the average mat density of the lot is below 96%, the lot shall be removed and replaced at the Contractor's expense. (2) Joint Density. Acceptance of each lot of plant produced HMA for joint density shall be based on the average of all of the joint densities taken from the sublots. If the average joint density of the lot so established equals or exceeds 94%, the lot shall be acceptable. If the average joint density of the lot is less than 94%, the Contractor shall stop production and evaluate the method of compacting joints. Production may resume once the reason for poor compaction has been determined and appropriate measures have been taken to ensure proper compaction. FYV Taxiway B Widening and Rehabilitation P-403-15 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 (3) Thickness. Thickness of each course shall be evaluated by the Engineer for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point shall not be more than 1/4 inch less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where thickness deficiency exceeds the specified tolerances, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. c. Density Outliers. If the tests within a lot include a very large or a very small value that appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E178, at a significance level of 5%, to determine if this value should be discarded. 403-5.3 RESAMPLING PAVEMENT FOR MAT DENSITY. a. General. Resampling of a lot of pavement will only be allowed for mat density and then, only if the Contractor requests same in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 403-5.1. Only one resampling per lot will be permitted. (1) A redefined mat density shall be calculated for the resampled lot. The number of tests used to calculate the redefined mat density shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for Resampled Lots. The redefined mat density for a resampled lot shall be used to evaluate the acceptance of that lot in accordance with paragraph 403-5.2. c. Outliers Check for outliers in accordance with ASTM E178, at a significance level of 5%. FYV Taxiway B Widening and Rehabilitation P-403-16 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 CONTRACTOR QUALITY CONTROL 403-6.1 GENERAL. The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3, including but not limited to: a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Finishing h. Joints i. Compaction j. Surface smoothness k. Personnel I. Laydown Plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. 403-6.2 TESTING LABORATORY. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications. 403-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Asphalt Content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444 and ASTM C136, and ASTM C117. c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture Content of HMA. The moisture content of the HMA shall be determined once per lot in accordance with ASTM D1461. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site. FYV Taxiway B Widening and Rehabilitation P-403-17 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 If. In -Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 403-6.4 SAMPLING. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 403-6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the JMF target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS Sieve Action Limit Suspension Limit 1/4 inch (19 mm) ±6% ±9% '/2 inch (12 mm) ±6% ±9% % inch (9 mm) ±6% ±9% No. 4 (4.75 mm) ±6% ±9% No. 16 (1.18 mm) ±5% ±7.5% No. 50 (0.30 mm) ±3% ±4.5% No. 200 (0.075 mm) ±2% ±3% Asphalt Content ±0.45% ±0.70% VMA -1.00% -1.5% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27for n=4. FYV Taxiway B Widening and Rehabilitation P-403-18 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 CONTROL CHART LIMITS BASED ON RANGE Based on n = 2 Sieve Suspension Limit 'Y2 inch (12 mm) 11% % inch (9 mm) 11 % No. 4 (4.75 mm) 11 % No. 16 (1.18 mm) 9% No. 50 (0.30 mm) 6% No. 200 (0.075 mm) 3.5% Asphalt Content 0.8% c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. 403-6.6 QUALITY CONTROL REPORTS. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100. METHOD OF MEASUREMENT 403-7.1 MEASUREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 403-8.1 PAYMENT. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 403-5.2 shall be made at the contract unit price per ton for HMA. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-403-8.1 Asphalt Hot Mix Base Course - per Ton TESTING REQUIREMENTS AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot- Laid Bituminous Paving Mixtures ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate FYV Taxiway B Widening and Rehabilitation P-403-19 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ASTM C117 Standard Test Method for Materials Finer than 75-pm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity), and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate byDrying ASTM D75 Standard Practice for Sampling Aggregates ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures ASTM D1074 Standard Test Method for Compressive Strength of Bituminous Mixtures ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous -Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4125 Standard Test Methods for Asphalt Content of Bituminous mixtures by the Nuclear Method ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils FYV Taxiway B Widening and Rehabilitation P-403-20 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted Aggregate ASTM D5581 Standard Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus (6 inch -Diameter Specimen) ASTM D6307 Standard Test Method for Asphalt Content of Hot -Mix Asphalt by Ignition Method ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus ASTM D6927 Standard Test Method for Marshall Stability and Flow of Bituminous Mixtures ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method ASTM E11 Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves ASTM E178 Standard Practice for Dealing with Outlying Observations AASHTO T030 Standard Method of Test for Mechanical Analysis of Extracted Aggregate AASHTO T110 Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Gmb) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens). Asphalt Institute Handbook MS-26 Asphalt Binder Asphalt Institute MS-2 Mix Design Manual, 7th Edition MATERIAL REQUIREMENTS ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D3381 Standard Specification for Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D4552 Standard Practice for Classifying Hot -Mix Recycling Agents ASTM D6373 Standard Specification for Performance Graded Asphalt Binder END OF ITEM P-403 FYV Taxiway B Widening and Rehabilitation P-403-21 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation P-403-22 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM P-602 BITUMINOUS PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for prime coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry; the atmospheric temperature is 50°F or above, and the temperature has not been below 35°F for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 602-3.2 EQUIPMENT. The equipment shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard, with a pressure range of 25 to 75 psi and with an allowable variation from the specified rate of not more than ±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the prime operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and power blower suitable for cleaning the surfaces to which the bituminous coat is to be applied shall be provided. 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The bituminous material shall be uniformly applied with a bituminous distributor at the rate of 0.15 to 0.30 gallons per square yard depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engineer prior to application. FYV Taxiway B Widening and Rehabilitation P-602-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Following application of the bituminous material and prior to application of the succeeding layer of pavement, allow the bituminous coat to cure and to obtain evaporation of any volatiles or moisture. Maintain the coated surface until the succeeding layer of pavement is placed, by protecting the surface against damage and by repairing and recoating deficient areas. Allow the prime coat to cure without being disturbed for a period of at least 48 hours or longer, as may be necessary to attain penetration into the treated course. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 602-3.4 TRIAL APPLICATIONS. Before providing the complete bituminous coat, the Contractor shall apply three lengths of at least 100 feet for the full width of the distributor bar to evaluate the amount of bituminous material that can be satisfactorily applied with the equipment. Apply three different trial application rates of bituminous materials within the application range specified in paragraph 602-3.3. Other trial applications will be made using various amounts of material as deemed necessary by the Engineer. 602-3.5 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted to and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The test reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. 602-3.6 FREIGHT AND WEIGH BILLS. The Contractor shall submit waybills and delivery tickets during the progress of the work. Before the final estimate is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT lie W _. „ . ..MW 92WAIr. CC e I e - N -e 602-4.1 The bituminous material for prime coat shall not be measured for separate payment. FYV Taxiway B Widening and Rehabilitation P-602-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 BASIS OF PAYMENT A-0-2-5.1 P-ayment shall be made at the GentraGt unit PFiGe per [gallen] [ton] for bitumineus Prime Geat. This PFiGe shall be f6l" GOMpensatieR feir furnishing all materials -;;nd- fn-.r all preparation, delivering, and applying PayMeRt Will he ma;&_ nrJor• ltei rRWd.1 �+t'�' ;,n eus-Pvi e Geat peF [Gallon] [T-G- j 602-5.1 The bituminous material for prime coat shall not be paid for separately but shall be considered subsidiary to asphalt paving items. TESTING REQUIREMENTS ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables MATERIAL REQUIREMENTS ASTM D977 Standard Specification for Emulsified Asphalt ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END OF ITEM P-602 FYV Taxiway B Widening and Rehabilitation P-602-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation P-602-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for tack coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F or above; the temperature has not been below 35°F for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard, with a pressure range of 25 to 75 psi and with an allowable variation from the specified rate of not more than ±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and/or power blower suitable for cleaning the surfaces to which the bituminous tack coat is to be applied shall be provided. 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before the overlying mixture is placed on the tacked surface. The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.10 gallons per square yard depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. FYV Taxiway B Widening and Rehabilitation P-603-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the Engineer. The Contractor shall protect the tack coat and maintain the surface until the next course has been placed. 603-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The tests reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. 603-3.5 FREIGHT AND WEIGH BILLS. The Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT _. ■ W ..1. .0 603-4.1 The bituminous material for tack coat shall not be measured for separate payment. BASIS OF PAYMENT 603-5.1 The bituminous material for tack coat shall not be paid for separately but shall be considered subsidiary to asphalt paving items. FYV Taxiway B Widening and Rehabilitation P-603-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 MATERIAL REQUIREMENTS ASTM D633 Standard Volume Correction Table for Road Tar ASTM D977 Standard Specification for Emulsified Asphalt ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END OF ITEM P-603 FYV Taxiway B Widening and Rehabilitation P-603-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation P-603-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of plain and reinforced structural Portland cement concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. This specification shall be used for all structural and miscellaneous concrete including signage bases. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them. The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. ReaGtivity. Fine and G-n-arse aggregates tG a4l' GenGr8te shall be evaalulated and tested by nd R;ffix nertien reanti.nty teoto shall he nerfermed fee eanh n ent (1) Gea%e and fiRe aggFegate shall be tested separately in with 42TN4 G1260 The ACTIIA r%4')0n A......—4......... . A n 4n0/ 4- 00 A,.... /on A..— F.- .--4.7....\ , Engineers (GOE) GRD CZ66-2. If lithium nitrate ad is --i-sed, it shall be nerninal 0 0 -mixture Iithi-Um nitrate in water. - tested iR aGGOrdaRG8 With ACTIIA !'4GG7 .�....JiF...J F...-........ L.7......J .......-......+.... ...-!`(lC !`�Pl l-GG7 A---.�...+�...........J n 4n0/ ..4 70 A — - test 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C33. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Coarse aggregate shall be well graded from coarse to fine and shall meet the following gradation shown in the table below when tested per ASTM C136. FYV Taxiway B Widening and Rehabilitation P-610-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Gradation For Coarse Aggregate Percentage by Weight Passing Sieves Sieve Designation 2" 1-1/2" 1" 3/4" 1/2" 3/8" (square openings) No. 4 (50 mm) (38 mm) (25 mm) (19 mm) (12 mm) (9 mm) No. 4 to 3/4 in. (4.75-19 mm) 100 90-100 20-55 0-10 No. 4 to 1 in. (4.75-25 mm) 100 90-100 25-60 0-10 610-2.2.1 AGGREGATE SUSCEPTIBILITY TO DURABILITY (D) CRACKING. Aggregates that have a history of D-cracking shall not be used. Coarse aggregate may be accepted from sources that have a 20 year service history for the same gradation to be supplied with no durability issues. a. Material currently being produced shall have a durability factor >_ 95 using ASTM C666. Coarse aggregates that are crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap rock are considered to meet the D-cracking test but must meet all other quality tests. Aggregates meeting State Highway Department material specifications may be acceptable with concurrence of the FAA. b. The Contractor shall submit a current certification that the aggregate does not have a history of D- cracking and that the aggregate meets the state specifications for use in PCC pavement for use on interstate highways. Certifications, tests and any history reports must be for the same gradation as being proposed for use on the project. Certifications which are not dated or which are over one (1) year old or which are for different gradations will not be accepted. Test results will only be accepted when tests were performed by a State Department of Transportation (DOT) materials laboratory or an accredited laboratory. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table below when tested in accordance with ASTM C136: Gradation For Fine Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 inch 9 mm 100 No. 4 4.75 mm 95-100 No. 16 1.18 mm 45-80 No. 30 0.60 mm 25-55 No. 50 0.30 mm 10-30 No. 100 0.15 mm 2-10 Blending will be permitted, if necessary, to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, if the deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in paragraph 610-2.6, Admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. FYV Taxiway B Widening and Rehabilitation P-610-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type I. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before use of the cement is granted. All test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be fresh, clean and potable; free from injurious amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete. 610-2.6 ADMIXTURES AND SUPPLEMENTARY CEMENTITIOUS MATERIAL. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests 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 C260 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. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other chemical admixtures. The use of set retarding, and set- accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set - accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Lithium nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon, and shall have the approximate chemical form as shown below: Constituent LiNO3 (Lithium Nitrate) SO4 (Sulfate Ion) Cl (Chloride Ion) Na (Sodium Ion) K (Potassium Ion) Limit (Percent by Mass) 30 ±0.5 0.1 (max) 0.2 (max) 0.1 (max) 0.1 (max) Provide a trained representative to supervise the lithium nitrate admixture dispensing and mixing operations. e. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13%. FYV Taxiway B Widening and Rehabilitation P-610-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 610-2.9 STEEL REINFORCEMENT. Reinforcing shall cens+st Of conforming to one of the following requirements of []. Reinforcing Steel ASTM A615, ASTM A706, ASTM A775, ASTM A934 Welded Steel Wire Fabric ASTM Al064 Welded Deformed Steel Fabric ASTM Al064 Bar Mats ASTM Al 84 or ASTM A704 610-2.10 MATERIALS FOR CURING CONCRETE. Curing materials shall conform to one of the following requirements {—}. Waterproof paper ASTM C171 Clear or white Polyethylene Sheeting ASTM C171 White -pigmented Liquid Membrane -Forming Compound, Type 2, Class B ASTM C309 CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 4,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cement per cubic yard. The concrete shall contain 5% of entrained air, ±1 %, as determined by ASTM C231 and shall have a slump of not more than 4 inches as determined by ASTM C143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 610-3.2. The concrete shall be sampled in accordance with ASTM C172. Concrete cylindrical compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. The Contractor shall cure and store the test specimens under such conditions as directed by the Engineer. The Engineer will make the actual tests on the specimens at no expense to the Contractor. Testing frequency will be one set of cylinders for compressive strength for every 50 cubic yards of concrete placed, or as requested by the Engineer. A minimum of one test will be taken for every day of placement. 610-3.4 QUALIFICATIONS FOR CONCRETE TESTING SERVICE. Perform concrete testing by an approved laboratory and inspection service experienced in sampling and testing concrete. Testing agency must meet the requirements of ASTM C1077 or ASTM E329. 610-3.5 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so the required, exact weight of aggregates is obtained. FYV Taxiway B Widening and Rehabilitation P-610-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 610-3.6 CONSISTENCY. The consistency of the concrete shall be determined by the slump test specified in ASTM C143. 610-3.7 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94. 610-3.8 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F nor more than 100°F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material shall not be permitted. The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. 610-3.9 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a non -staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. The forms shall not be removed until at least 30 hours after concrete placement for vertical faces, walls, slender columns, and similar structures. Forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate the concrete has developed at least 60% of the design strength. 610-3.10 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.11 EMBEDDED ITEMS. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. 610-3.12 PLACING CONCRETE. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been appreved reviewed by the Engineer. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. FYV Taxiway B Widening and Rehabilitation P-610-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 610-3.13 VIBRATION. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309, Guide for Consolidation of Concrete. Where bars meeting ASTM A775 or A934 are used, the vibrators shall be equipped with rubber or non-metallic vibrator heads. Furnish a spare, working, vibrator on the job site whenever concrete is placed. Consolidate concrete slabs greater than 4 inches in depth with high frequency mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate concrete slabs 4 inches or less in depth by wood tampers, spading, and settling with a heavy leveling straightedge. Operate internal vibrators with vibratory element submerged in the concrete, with a minimum frequency of not less than 6000 cycles per minute when submerged. Do not use vibrators to transport the concrete in the forms. Penetrate the previously placed lift with the vibrator when more than one lift is required. Use external vibrators on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete. Vibrators shall be manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any point shall be of sufficient duration to accomplish compaction but shall not be prolonged to where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie or other approved method and shall not be disturbed after placement. 610-3.14 CONSTRUCTION JOINTS. If the placement of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, provisions shall be made for grooves, steps, reinforcing bars or other devices as specified. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.15 EXPANSION JOINTS. Expansion joints shall be constructed at such points and dimensions as indicated on the drawings. The premolded filler shall be cut to the same shape as the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place so that it will not be displaced when concrete is deposited against it. 610-3.16 DEFECTIVE WORK. Any defective work discovered after the forms have been removed, which in the opinion of the Engineer cannot be repaired satisfactorily, shall be immediately removed and replaced at the expense of the Contractor. Defective work shall include deficient dimensions, or bulged, uneven, or honeycomb on the surface of the concrete. 610-3.17 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a finishing machine. 610-3.18 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The concrete shall be protected from the weather, flowing water, and from defacement of any nature during the project. The concrete shall be cured by covering with an approved material as soon as it has sufficiently hardened. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for at least three (3) days following concrete placement. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to air currents. Wooden forms shall be kept wet at all times until removed to prevent opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for seven (7) days after the concrete has been placed. FYV Taxiway B Widening and Rehabilitation P-610-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 610-3.19 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.20 COLD WEATHER PLACING. When concrete is placed at temperatures below 40°F, the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated to place the concrete at temperatures between 50°F and 100°F. Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds of Type 1 nor more than 1.6 pounds of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50OF until at least 60% of the designed strength has been attained. 610-3.21 HOT WEATHER PLACING. Concrete shall be properly placed and finished with procedures previously submitted. The concrete -placing temperature shall not exceed [ ]°F when measured in accordance with ASTM C1064. Cooling of the mixing water and aggregates, or both, may be required to obtain an adequate placing temperature. A retarder meeting the requirements of paragraph 610-2.6 may be used to facilitate placing and finishing. Steel forms and reinforcement shall be cooled prior to concrete placement when steel temperatures are greater than 120°F. Conveying and placing equipment shall be cooled if necessary to maintain proper concrete -placing temperature. Submit the proposed materials and methods for review and approval by the Engineer, if concrete is to be placed under hot weather conditions. 610-3.22 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not start until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be done with proper equipment to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 Portland cement concrete shall not be measured separately for payment, as it shall be considered subsidiary to the item in which it is contained. ho m ro.+ by the number „+ ,.,,h;G , ,rd-6 „+ ro+o shall be these shE)WR GR the plaRS er erdered by the ERgiReer. Ne measuremeRtS er other allowaRGes shall No dedUGtiens on yardage shall be made fer the vel, imes Af remnfAFGing steel er embedded ite 610-4.2 Reinforcing steel shall not be measured separately for payment, as it shall be considered subsidiary to the item in which it is contained. be Me -assured- by the GaIG ,I,+ort +ho„ro+,g-,l number of pounds nlaGed to be paid for shall include the weight ef metal pipes and dFaiRG, metal GGRO_14116 _A.Ad- r materials ind'Gated and innlu ded BASIS OF PAYMENT 610-5.1 Payment shall not be made separately for Portland cement concrete nor reinforcing steel, as it shall be considered subsidiary to the item in which they are contained. be made at the Gen+raGt „nit nriGe noGubiG yard fn_.r,6tr,.Pt..rA1 PA01;4nd r--PrAent GenGrete and per pound- for reinferr--ing steel. These PFiGes sha!4 for furnishing all rnate.rials and fer all preparaticm, delivery and installation P_f these materials, a;nP_1 fn-.r;-;" '-A-hc)r, equipment, tools, and *nr__ffid_e_.ntals ner--essary tG GOMplete the item-. FYV Taxiway B Widening and Rehabilitation P-610-7 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Slump of Hydraulic Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregates (Accelerated Mortar- Bar Method) FYV Taxiway B Widening and Rehabilitation P-610-8 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ASTM E329 Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection U.S. Army Corps of Engineers (USAGE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mats for Concrete Reinforcement ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement ASTM C 33 Concrete Aggregates ASTM C 94 Ready -Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 260 Air -Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 494 Chemical Admixtures for Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction AASHTO T 26 Quality of Water to be Used in Concrete ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete FYV Taxiway B Widening and Rehabilitation P-610-9 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 FYV Taxiway B Widening and Rehabilitation P-610-10 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the preparation and 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. The terms "paint" and "marking material" as well as "painting" and "application of markings" are interchangeable throughout this specification. 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. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer. Material shall not be loaded into the equipment until inspected by the Engineer. 620-2.2 MARKING MATERIALS. Paint shall be waterborne in accordance with the requirements of paragraph 620-2.2a. Paint shall be furnished in Yellow (33538 or 33655), Red (31136), White (37925), and Black (37038) in accordance with Federal Standard No. 595. a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I. The non- volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification TT-B- 1325D, Type III. With the exception of red paint, which shall receive Type I beads. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Paint Color Glass Beads, Type I, Gradation A Glass Beads, Type III Glass Beads, Type IV White See Table 1. See Table 1 See Table 1 Yellow See Table 1. See Table 1 See Table 1 Red See Table 1 and Note Not used See Table 1 and Note Black Not used Not used See Table 1 and Note 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°F and rising and the pavement surface temperature is at least 5°F above the dew point or meets the manufacturer's recommendations. Painting operations shall be discontinued when the surface temperature exceeds the paint manufacturer's recommendations. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. FYV Taxiway B Widening and Rehabilitation P-620-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The mechanical marker shall be an atomizing spray -type or airless -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 waterblasting, sandblasting or by other methods as required to remove all contaminants while minimizing damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. Prior to the application of any markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufacturer's surface preparation and application requirements must be submitted and approved by the Engineer prior to the initial application of markings. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The leGatiens ef markiRgS#rece+ve glass beads shall be shown en the plaRS Glass beads shall be applied to all final pavement markings. 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 in 50 feet, and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inch or less ±1/2 inch greater than 36 inch to 6 feet ±1 inch greater than 6 feet to 60 feet ±2 inch greater than 60 feet ±3 inch The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate 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 Gr seal Goat and final application of the paint. An initial application of pavement markings shall be applied prior to the opening of an area to aircraft traffic. The initial application shall be at a 50% application rate with no reflective media. Final pavement marking application shall be a 100% application rate with reflective media. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings. FYV Taxiway B Widening and Rehabilitation P-620-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 620-3.6 TEST STRIP. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5 gallons of paint and application of 35 Ibs of Type 1/50 Ibs of Type III glass beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table 1 (e.g., for 5 gallons of waterborne paint shall cover no more than 575 square feet). The bead manufacturer must be present for the test strip. TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS Glass Beads, Paint Type I, Gradation Glass Beads, Glass Beads, Type A Type III IV Paint Type feet Square feet per gallon, ftlgal Pounds per gallon Pounds per gallon Pounds per gallon of paint—lb./gal. of paint—lb./gal. of paint—lb./gal. Waterborne z 115 ft /gal max 7lb./gal. 10lb./gal. Type I or II minimum minimum Note: The glass bead application rate for Red and Pink paint shall be reduced by 2 lb/gal for Type I and Type IV beads. Type III beads shall not be applied to Red or Pink paint. Glass beads shall be distributed upon the marked areas at the IeGatiens oh.,wn on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed. Hand Spreading of reflective media will not be permitted. 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. 620-3.8 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. FYV Taxiway B Widening and Rehabilitation P-620-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 620-3.9 REMOVAL OF EXISTING MARKINGS. All paint shall be removed from the surface of the existing pavement at the locations shown in the plans. Pavement markings shown on the plans to be removed shall be removed without damaging the existing pavement. The markings shall be removed at a removal rate of 100% through the use of sand blasting, grinding or other methods approved by the Engineer before removal operations begin. For areas to be repainted, the existing painted surface shall be cleaned by high-pressure water blasting or sand blasting, as required, to remove all foreign material which would reduce the bond between the new paint and the old paint. Black paint shall only be used to obscure existing markings at locations specified in the plans. 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 with or without reflective media performed in accordance with the specifications and accepted by the Engineer. If multiple pavement marking applications are specified, the initial pavement marking application shall be paid for as 33% of the bid contract bid price for runway and taxiway markings and final pavement marking application shall be paid for as 67% of the contract bid price. 620-4.2 Pavement marking removal shall be measured by number of square feet of markings removed 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 with or without reflective media. This price shall be full compensation for furnishing all materials, including reflective media, and for all labor, equipment, tools, and incidentals necessary to complete the item. 620-5.2 Payment shall be made at the contract unit price per square foot for paint removal. The price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620-5.1a Runway and Taxiway Painting (Reflective) - per Square Foot Item P-620-5.1 b Runway and Taxiway Painting (Non -Reflective) - per Square Foot Item P-620-5.2 Pavement Marking Removal - per Square Foot TESTING REQUIREMENTS ASTM C371 Standard Test Method for Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester ASTM D711 Standard Test Method for No -Pick -Up Time of Traffic Paint ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins FYV Taxiway B Widening and Rehabilitation P-620-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retrorefl ecto meter ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials MATERIAL REQUIREMENTS ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication FED SPEC TT-B-1325D Beads (Glass Spheres) Retro- Reflective American Association of State Highway and Transportation Officials (AASHTO) M247 Standard Specification for Glass Beads Used in Pavement Markings FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description A-A-2886B Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement AC 150/5340-1 Standards for Airport Markings END OF ITEM P-620 FYV Taxiway B Widening and Rehabilitation P-620-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation P-620-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. All reinforced concrete pipe shall be Class IV pipe unless otherwise denoted on the plans. No pick -eye holes will be allowed. 701-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements: ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C506 Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe 701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi at 28 days and conform to the requirements of ASTM C94. 701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C443. Rubber gaskets for PVC pipe, polyethylene, and polypropylene pipe shall conform to the requirements of ASTM F477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D1056, for the "RE" closed cell grades. Rubber gaskets for steel reinforced thermoplastic ribbed pipe shall conform to the requirements of ASTM F477. For reinforced concrete arch pipe, exterior pipe joint sealers that meet ASTM C-877-94 (Type ll) will be allowed as long as a watertight seal is formed. 70 1 -2.5- JOINT A40 RTA R. Pope jE)'Rt mertar shall Gensist Of GRe part Portland Gement and twe parts sand-. The Portland Gement shall P-A-Rform tA- the requirements of ASTM CA 50, Type 1. The sand shall Genform to the requirements of ASTM G144 701-2.7 PLASTIC GASKETS. PlaStiG gaskets shall r-,onfe.r.m. to the requiFements of AASHT-Q M198 (Type DT 701-2.8. CONTROLLED LOW STRENGTH MATERIAL (CLSM). CLSM is not allowed. 701-2.9 END SECTIONS. Concrete end sections shall be reinforced concrete conforming to the requirements of ASTM C76 and conform to the details shown in the plans. Reinforced concrete curtain walls are required. Jointing and bedding for end sections will be as stated for other pipe. FYV Taxiway B Widening and Rehabilitation D-701-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches on each side. The trench walls shall be approximately vertical. The Contractor shall comply with all current Federal, state and local rules and regulations governing the safety of men and materials during the excavation, installation and backfilling operations. Specifically, the Contractor shall observe that all requirements of the Occupational Safety and Health Administration (OSHA) relating to excavations, trenching and shoring are strictly adhered to. The width of the trench shall be sufficient to permit satisfactorily jointing of the pipe and thorough compaction of the bedding material under the pipe and backfill material around the pipe, but it shall not be greater than the widths shown on the plans trench detail. The trench bottom shall be shaped to fully and uniformly support the bottom quadrant of the pipe. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 8 inch or 1/2 inch for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches below the bottom of the pipe and extending up around the pipe for a depth of not less than 50% 3" of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 50%4804 of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be number 57 stone as defined in ASTM C 33 or approved equal. -sandd ^r -solo^+ sandy semi with 0 passevenetmere0 Class C bedding shall consist of bedding the pipe in its natural foundation material to a depth of not less than 10% of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. FYV Taxiway B Widening and Rehabilitation D-701-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 b. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth inch inch 1/2 1 1 2 2 3 2-1/2 3-1/2 c. PVC, Polyethylene, and Polypropylene Pipe. For PVC, polyethylene, and polypropylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 inches. For pipes installed under paved areas, no more than 12% of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50% of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 inches below the bottom of the pipe and extend up around the pipe for a depth of not less than 50% of the pipe's vertical outside diameter. 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. Elliptical and elliptically reinforced concrete pipes shall be placed with the manufacturer's reference lines designating the top of the pipe within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 JOINING PIPE. Joints shall be made with (1` Pertland Gement mertar, (2) Portland ^ on+ out (3) rubber gaskets, (4) nlaStin gaskets OF (5) GOUplinn band Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. Exterior pipe joint sealers shall be installed as directed by the manufacturer. a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be so the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before applying mortar or grout. W. J4rrmpin FTPF Wrr0.79MPT.T.T:T17►nry SMM". 10 r.U0rAl.rympM low .. .Ot A it FYV Taxiway B Widening and Rehabilitation D-701-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall be fine, readily compatible soil or granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2-inch (50 mm) sieve, chunks of highly plastic clay, or other objectionable material. Granular backfill material shall have 95% or more passing the a 1/2 inch sieve, with 95% or more being retained on the No. 4 (4.75 mm) sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches on each side of the pipe and shall be brought up one foot above the top of the pipe or to natural ground level, whichever is greater. Thoroughly compact the backfill material under the haunches of the pipe without displacing the pipe. Material shall be brought up evenly on each side of the pipe for the full length of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches and shall be brought up evenly on each side of the pipe to one foot above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter or 12 feet, whichever is less. For PVC, polyethylene, and polypropylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152. It shall be the Contractor's responsibility to protect installed pipes and culverts from damage due to construction equipment operations. The Contractor shall be responsible for installation of any extra strutting or backfill required to protect pipes from the construction equipment. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. G9R;nleterl in plane and annepterl 701-4.2 Pipe collars shall be measured for each unit, completed and accepted by the Engineer and shall include all labor and materials, including aggregate base, required by this specification and shown in the plans. monde fer the n shies material nlaGed fer the hed of the pope. 701-4.3 The concrete end sections shall be measured for each complete unit installed in place, completed, and shall include all labor and materials, including aggregate base, required by this specification and shown in the plans. 701-4.4 The volume of Class B and pipe backfill shall not be measure for separate payment but will be considered subsidiary to pipe installation. FYV Taxiway B Widening and Rehabilitation D-701-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of pipe of the type and size designated; , 701-5.2 Pipe collars shall be measured by each pipe collar for the specified pipe size. 701-5.3 Concrete end sections shall be measured by each end section for the specified size. 701-5.4 Payment for Class B Bedding and pipe backfill shall not be paid for separately, but shall be considered subsidiary to all pipe that has been installed and approved by the Engineer. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item D-701-5.1a 29" x 18" Reinforced Concrete Arch Pipe (Class IV) - per Linear Foot Item D-701-5.1b 18" Reinforced Concrete Pipe (Class IV) - per Linear Foot Item D-701-5.2 18" Reinforced Concrete Pipe Collar - per Each Item D-701-5.3 18" Reinforced Concrete End Section - per Each MATERIAL REQUIREMENTS AASHTO M167 Standard Specification for Corrugated Steel Structural Plate, Zinc -Coated, for Field - Bolted Pipe, Pipe -Arches, and Arches AASHTO M190 Standard Specification for Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M196 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains AASHTO M198 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants AASHTO M219 Standard Specification for Corrugated Aluminum Alloy Structural Plate for Field -Bolted Pipe, Pipe -Arches, and Arches AASHTO M243 Standard Specification for Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500-mm (12- to 60- in.) Diameter AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter FYV Taxiway B Widening and Rehabilitation D-701-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 AASHTO MP20 Standard Specification for Steel Reinforced Polyethylene (PE) Ribbed Pipe, 300- to 900-mm (12- to 36-in.) Diameter ASTM A760 Standard Specification for Corrugated Steel Pipe, Metallic Coated for Sewers and Drains ASTM A761 Standard Specification for Corrugated Steel Structural Plate, Zinc Coated, for Field - Bolted Pipe, Pipe -Arches, and Arches ASTM A762 Standard Specification for Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains ASTM A849 Standard Specification for Post -Applied Coatings, Pavings, and Linings for Corrugated Steel Sewer and Drainage Pipe ASTM B745 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains ASTM C14 Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and culvert Pipe ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C94 Standard Specification for Ready Mixed Concrete ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets ASTM C506 Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C507 Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe ASTM C655 Standard Specification for Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers ASTM D1056 Standard Specification for Flexible Cellular Materials Sponge or Expanded Rubber ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements FYV Taxiway B Widening and Rehabilitation D-701-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F667 Standard Specification for 3 through 24 in. Corrugated Polyethylene Pipe and Fittings ASTM F714 Standard Specification for Polyethylene (PE) Plastic Pipe (DR PR) Based on Outside Diameter ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe & Fittings Based on Controlled Inside Diameter ASTM F894 Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F2435 Standard Specification for Steel Reinforced Polyethylene (PE) Corrugated Pipe ASTM F2562 Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non - Pressure Drainage and Sewerage ASTM F2736 Standard Specification for 6 to 30 in. (152 to 762 mm) Polypropylene (PP) Corrugated Single Wall Pipe and Double Wall Pipe ASTM F2764 Standard Specification for 30 to 60 in. (750 to 1500 mm) Polypropylene (PP) Triple Wall Pipe and Fittings for Non -Pressure Sanitary Sewer Applications ASTM F2881 Standard Specification for 12 to 60 in. (300 to 1500 mm) Polypropylene (PP) Dual Wall Pipe and Fittings for Non -Pressure Storm Sewer Applications END ITEM D-701 FYV Taxiway B Widening and Rehabilitation D-701-7 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation D-701-8 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES DESCRIPTION 751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 751-2.3 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P-610. 751-2.4 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches nor more than 48 inches. There shall be a gasket between individual sections and sections cemented together with mortar on the inside of the manhole. 751-2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. ASTM A48 Gray iron castings b. ASTM A47 Malleable iron castings c. ASTM A27 Steel castings d. ASTM A283 Grade D: Structural steel for grates and frames e. ASTM A536 Grade 65-45-12: Ductile iron castings f. ASTM A897 Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123. 751-2.7 STEPS. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed. 751-2.8 PRECAST INLET STRUCTURES. Manufactured in accordance with and conforming to ASTM C1433. FYV Taxiway B Widening and Rehabilitation D-751-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 CONSTRUCTION METHODS 751-3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall excavate for structures and footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may direct, in writing, changes in dimensions or elevations of footings necessary for a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. Where concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturb and excavation to final grade shall not be made until immediately before the concrete or reinforcing is placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. d. All bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall not disturb or damage finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After excavation is completed for each structure, the Contractor shall notify the Engineer. No concrete or reinforcing steel shall be placed until the Engineer has approved the depth of the excavation and the character of the foundation material. 7S-4_4.9 RR'C-K CTRIUCTURES. FYV Taxiway B Widening and Rehabilitation D-751-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 used,d. Pointing. FaGe jE)'RtS shall be Reatly struGk, USiRg the weather StFUGk jGiRt. All joints shall be finished preperly as the laying ef the bFiGk progresses. When Rails E)r line PiRs are the heles shall immediately plugged with mortar and R r! intewhen the Roil er pin is removed i e SGrubbing and washing m4th w;;tQr If n8Gessary to prodUG8 satisfaGtOFY r8GUItS, Gleaning shall be dane with e. Cleaning. Upon GOFnplet4GR Of the work, all exterin-F Surfar--es shall be theraughly Gleaned b fm Curling and Cold Weather Proter-Alion. The br4Gk maGGRFY shall be pr9tPrtPd ;;Pd kP t meist feF at F URIess the C;entraGtE)F has, on the prejeGt ready to use, su masenry at of net loss than 6 0-'F f.,r the r7uro+ien of the G61 751-3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and shape indicated on the plans. The construction shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. All invert channels shall be constructed and shaped accurately to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped to the outlet. 751-3.4 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete structures shall conform to ASTM C478. Precast concrete structures shall be constructed on prepared or previously placed slab foundations conforming to the dimensions and locations shown on the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily. Joints between precast concrete risers and tops shall be full -bedded in cement mortar and shall be smoothed to a uniform surface on both interior and exterior of the structure. The top of the upper precast concrete section shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches . When a metal ladder replaces the steps, it shall be securely fastened into position. te the metal GtFUGtUres. The top of the metal 6tF61GtUFe shall be designed so that either a GO— . m m metal may be attar--hp-d- tn- a;IIP_vV the fastening A-f a stand-ard imetal frame and grate OF Gover. Steps e the s+ruire+ures shall he planed e a reinferser! n re+e hose 751-3.6 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures a sufficient distance beyond the outside surface to allow for connections. They shall be cut off flush with the wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures, mortar shall be placed around these pipes to form a tight, neat connection. 751-3.7 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. FYV Taxiway B Widening and Rehabilitation D-751-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry shall be brought true to line and grade and shall present an even bearing surface so the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to harden for seven (7) days before the grates or covers are placed and fastened down. 751-3.8 INSTALLATION OF STEPS. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is placed. When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven (7) days. After seven (7) days, the steps shall be cleaned and painted, unless they have been galvanized. When steps are required with precast concrete structures, they shall be cast into the side of the sections at the time the sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches. Instead of steps, prefabricated ladders may be installed. For brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. For metal structures, the ladder shall be secured by welding the top support to the structure and grouting the bottom support into drilled holes in the foundation or as directed by the Engineer. 751-3.9 BACKFILLING. a. After a structure has been completed, the area around it shall be backfilled with approved material, in horizontal layers not to exceed 8 inches in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited evenly around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfill shall not be placed against any structure until approved by the Engineer. For concrete structures, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill and placing methods. c. Backfill shall not be measured for direct payment. Performance of this work shall be considered an obligation of the Contractor covered under the contract unit price for the structure involved. 751-3.10 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as approved by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 751-4.1 Manholes, catch basins, inlets, adjusted inlets, and inspection holes shall be measured by the unit, completed and accepted. 751-4.2 Reinforcing steel shall not be measured for separate payment but shall be considered subsidiary to the structure in which it is contained. FYV Taxiway B Widening and Rehabilitation D-751-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 BASIS OF PAYMENT 751-5.1 The accepted quantities of manholes, catch basins, inlets, adjusted inlets, and inspection holes will be paid for at the contract unit price per each in place when completed. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item D-751-5.1a 6' x 6' Airfield Grate Inlet/Junction Box - per Each Item D-751-5.1b 5.5' x 5.5' Airfield Grate Inlet/Junction Box - per Each Item D-751-5.1c 5' x 5' Airfield Grate Inlet/Junction Box - per Each MATERIAL REQUIREMENT ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A123 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C32 Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale) ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers AASHTO M36 Standard Specification for Corrugated Steel Pipe, Metallic -Coated, for Sewers and Drains END OF ITEM D-751 FYV Taxiway B Widening and Rehabilitation D-751-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation D-751-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM D-754 CONCRETE GUTTERS, DITCHES, AND FLUMES DESCRIPTION 754-1.1 This item shall consist of Portland cement concrete gutters, ditches, and flumes constructed in accordance with these specifications at the specified locations in accordance with the dimensions, lines, and grades as shown on the plans. MATERIALS 754-2.1 CONCRETE. Plain and reinforced concrete shall meet the ,-equ'FeMeRtS Of It8M P 610. be a commercially produced mix meeting the following criteria: • 3500 psi 28 day compressive strength 4-6% air content • 1 inch maximum aggregate size 754-2.2 JOINTS. Joint filler materials and premolded joint material shall conform to Item P-610. CONSTRUCTION METHODS 754-3.1 PREPARING SUBGRADE. Excavation shall be made to the required width and depth, and the subgrade upon which the item is to be built shall be compacted to a firm uniform grade. All soft and unsuitable material shall be removed and replaced with suitable approved material. When required, a layer of approved granular material, compacted to the thickness indicated on the plans, shall be placed to form a subbase. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. 754-3.2 PLACING. The forms and the mixing, placing, finishing, and curing of concrete shall conform to the requirements of Item P-610 and the following requirements. The concrete shall be tamped until it is consolidated and mortar covers the top surface. The surface of the concrete shall be floated smooth and the edges rounded to the radii shown on the plans. Before the concrete is given the final finishing, the surface shall be tested with a 12-foot straightedge, and any irregularities of more than 1/4 inch in 12-feet shall be eliminated. The concrete shall be placed with dummy -grooved joints not to exceed 25 feet apart and no section shall be less than 4 feet long. Expansion joints of the type called for in the plans shall be constructed to replace dummy groove joints at spacings of approximately 100 feet. When the gutter is placed next to concrete pavement, expansion joints in the gutter shall be located opposite expansion joints in the pavement. When a gutter abuts a pavement or other structure, an expansion joint shall be placed between the gutter and the other structure. Forms shall not be removed within 24 hours after the concrete has been placed. Minor defects shall be repaired with mortar containing one (1) part cement and two (2) parts fine aggregate. Depositing, compacting, and finishing the item shall be conducted to build a satisfactory structure. If any section of concrete is found to be porous, or is otherwise defective, it shall be removed and replaced by the Contractor without additional compensation. 754-3.3 BACKFILLING. After the concrete has set sufficiently, the spaces adjacent to the structure shall be refilled to the required elevation with material specified on the plans and compacted by mechanical equipment to at least 90% of the maximum density as determined by ASTM D698. The in -place density shall be determined in accordance with ASTM D1556. FYV Taxiway B Widening and Rehabilitation D-754-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 754-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear and in good condition. Performance of the work described in this section shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for the structure. METHOD OF MEASUREMENT 754-4.3 Concrete Ditch Paving shall be measured by the square yard, complete in place as shown on the plans or placed as ordered by the Engineer and shall include all labor and materials, including aggregate base, required by this specification and shown in the plans. BASIS OF PAYMENT yard nmmplete in mono 1a�. 754-5.3 The accepted quantities of Concrete Ditch Paving will be paid for at the contract unit price per square yard complete in place. Payment will be made under: Item D-754-5.1 Concrete Ditch Paving - per Square Yard TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ib/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method END OF ITEM D-754 FYV Taxiway B Widening and Rehabilitation D-754-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding and fertilizing the areas shown on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 901-2.1 SEED The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181, Federal Specification, Seeds, Agricultural. Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Wet, moldy, or otherwise damaged seed will be rejected. Seeds shall be applied as follows: specified in the Standard Specifications, Section 620 — Seeding. S Munmmum Seer! D��ri4�i /D+\ Monomum Germmnatwo nn (Di) Rate A# Application lb/anre (or W1,000 F.) x 901-2.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. Lime shall be applied at the rate of [] specified by the tests furnished in T-905. All liming materials shall conform to the requirements of ASTM C 602. 901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. FYV Taxiway B Widening and Rehabilitation T-901-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The fertilizers may be supplied in one of the following forms: a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 10-20-10 commercial fertilizer and shall be spread at the rate of 800 Ibs/acre. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. When the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. a. Liming. Lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds that have previously been prepared as described above. The lime shall then be worked into the top 3 inches of soil after which the seedbed shall again be properly graded and dressed to a smooth finish. b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate that will provide not less than the minimum quantity stated in paragraph 901-2.3. c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing. The fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. FYV Taxiway B Widening and Rehabilitation T-901-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawn roller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils. 901-3.3 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a pressure of 100 lb / sq inches. The pump shall be mounted in a line that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet. One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick - release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall be provided to which the nozzles may be connected. c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds of lime shall be added to and mixed with each 100 gallons of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least two (2) weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within two (2) hours from the time they were mixed or they shall be wasted and disposed of at approved locations. FYV Taxiway B Widening and Rehabilitation T-901-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches, after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high- pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to ensure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of the area seeded. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of un4s. acres measured on the ground surface, completed and accepted. Seeding shall be measured to the nearest tenth (0.1) of an acre. Lime and fertilizer will not be measured for separate payment but will be considered subsidiary to seeding. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per acres or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: Item T-901-5.1 Seeding - per Acre FYV Taxiway B Widening and Rehabilitation T-901-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ASTM C 602 ASTM D 977 FED SPEC JJJ-S-181 MATERIAL REQUIREMENTS Agricultural Liming Materials Emulsified Asphalt Seeds, Agriculture END OF ITEM T-901 FYV Taxiway B Widening and Rehabilitation T-901-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation T-901-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM T-904 SODDING DESCRIPTION 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 904-2.1 SOD. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials that might be detrimental to the development of the sod or to future maintenance. At least 70% of the plants in the cut sod shall be composed of the species stated in the Standard Specifications, Section 624 — Sodding GpesialpFev+s+9RG, and any vegetation more than 6 inches in height shall be mowed to a height of 3 inches or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than that stated in the speGia' ^r^V^SiGRS Standard Specifications, Section 624 — Sodding. Type of sod shall be of the type specified in the Standard Specifications, Section 624 — Sodding. 904-2.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. Lime shall be applied at the rate of specified by the tests furnished in T-905. All liming materials shall conform to the requirements of ASTM C602. 904-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 10-20-10 commercial fertilizer and shall be spread at the rate of 800 Ibs/acre. 904-2.4 WATER. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904-2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. FYV Taxiway B Widening and Rehabilitation T-904-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 CONSTRUCTION METHODS 904-3.1 GENERAL. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition that are to remain undisturbed shall also be shown on the plans. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started. The Contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates. 904-3.2 PREPARING THE GROUND SURFACE. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. 904-3.3 APPLYING FERTILIZER AND GROUND LIMESTONE. Following ground surface preparation, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in the special provisions. If use of ground limestone is required, it shall then be spread at a rate that will provide not less than the minimum quantity stated in the special provisions. These materials shall be incorporated into the soil to a depth of not less than 2 inches by discing, raking, or other suitable methods. Any stones larger than 2 inches in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 OBTAINING AND DELIVERING SOD. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches. Sod sections or strips shall be cut in uniform widths, not less than 10 inches, and in lengths of not less than 18 inches, but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904-3.5 LAYING SOD. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches immediately prior to laying the sod. FYV Taxiway B Widening and Rehabilitation T-904-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and ensure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen, when replacing it, shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately one inch below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than one (1) vertical to 2-1/2 horizontal and in v-shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches in length and have a cross - sectional area of not less than 3/4 sq inch. The pegs shall be driven flush with the surface of the sod. 904-3.6 WATERING. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner that will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. 904-3.7 ESTABLISHING TURF. a. General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. 904-3.8 REPAIRING. When the surface has become gullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be sodded as specified in paragraph 904-3.5. FYV Taxiway B Widening and Rehabilitation T-904-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards of the surface covered with sod and accepted. BASIS OF PAYMENT 904-5.1 This item will be paid for on the basis of the contract unit price per square yard for sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified. Payment will be made under: Item T-904-5.1 Sodding - per Square Yard MATERIAL REQUIREMENTS ASTM C 602 Standard Specification for Agricultural Liming Materials END OF ITEM T-904 FYV Taxiway B Widening and Rehabilitation T-904-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and intermixed with the soil during handling operations. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh sieve as determined by the wash test in accordance with ASTM C 117.Topsoil testing shall be completed and paid for by the Contractor. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be FYV Taxiway B Widening and Rehabilitation T-905-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 smooth -graded and the surface left at the prescribed grades in an even and compacted condition to prevent the formation of low places or pockets where water will stand. 905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of inches after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross -sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site shall be measured by the area in square yards of the specified thickness of topsoil rehandled and placed from the topsoil stockpiled under Item P-152-2.10 as accepted by the Engineer. Topsoiling measured for payment shall only be the planned limits of construction. Gomm tee by the mother- of end! o 905-4.2 Topsoil obtained off the site shall be measured by the area in square yards of the specified thickness of topsoil placed from the off -site topsoil source as accepted by the Engineer. Topsoiling measured for payment shall only be the planned limits of construction. original positien and stripped or eYr-.;;i '�;;tpd ' T()pso'! shall be measured by volume nuhin yards Gomm ted by the mother! of end- areas FYV Taxiway B Widening and Rehabilitation T-905-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per mod -square yard of the specified thickness for topsoiling (obtained OR er off the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-905-5.1 Topsoiling (4" Thickness) - Square Yard TESTING MATERIALS ASTM C 117 Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 FYV Taxiway B Widening and Rehabilitation T-905-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation T-905-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM L-108 UNDERGROUND POWER CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power cables that are direct buried and furnishing and/or installing power cables within conduit or duct banks per these specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct -buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is in Item L-110, Airport Underground Electrical Duct Banks and Conduits. EQUIPMENT AND MATERIALS 108-2.1 GENERAL. a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3-ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials, or procedures that do not meet the system design and the standards and codes, specified in this document. FYV Taxiway B Widening and Rehabilitation L-108-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 If. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain a minimum insulation resistance per AC 150/5340-26B, Maintenance Airport Visual aid Facilities, Table 5-1 and paragraph 5.1.3.1, with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. 108-2.2 CABLE. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #8 American wire gauge AWG), L-824 Type C, 5,000 volts, nonshielded, with cross -linked polyethylene insulation. Conductors for use on 20 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #6 AWG, L-824 Type C, 5,000 volts, nonshielded, with cross -linked polyethylene insulation. L-824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer's recommendations. All other conductors shall comply with FAA and National Electric Code (NEC) requirements. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Commercial Item Description A-A-59544A and shall be type THWN-2, 75°C. Conductors for parallel (voltage) circuits shall be sized and installed in accordance with NFPA-70, National Electrical Code. Unless noted otherwise, all 600-volt and less non -airfield lighting conductor sizes are based on a 75°C, THWN-2, 600 volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in free air. The conduit/duct sizes are based on the use of THWN-2, 600 volt insulated conductors. The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be #12 AWG. Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors shown in the Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up adapters, terminal blocks and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided. Cable type, size, number of conductors, strand and service voltage shall be as specified in the Contract Document. 108-2.3 BARE COPPER WIRE (COUNTERPOISE, BARE COPPER WIRE GROUND AND GROUND RODS). Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG bare solid copper wire for counterpoise and/or No. 6 AWG insulated stranded for ground wire per ASTM B3 and ASTM B8, and shall be bare copper wire per ASTM B33. See AC 150/5340-30 for additional details about counterpoise and ground wire types and installation. For voltage powered circuits, the equipment ground conductor shall be minimum No. 6 AWG, 600V rated, Type XHHW insulated, green color, stranded copper equipment ground conductor. Ground rods shall be copper -clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case be less than 10 feet (2.54 m) long and 3/4 inch (19 mm) in diameter. 108-2.4 CABLE CONNECTIONS. In -line connections or splices of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections. FYV Taxiway B Widening and Rehabilitation L-108-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by 3MTM Company, "Scotchcast" Kit No. 82-13, or as manufactured by Hysol® Corporation, "Hyseal Epoxy Splice" Kit No. E1135, or an approved equivalent, used for potting the splice is acceptable. b. The Field -Attached Plug -In Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. c. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, is acceptable. d. The Taped or Heat -Shrink Splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D4388 and the plastic tape should comply with Military Specification MIL-I-24391 or Commercial Item Description A-A-55809. Heat shrinkable tubing shall be heavy -wall, self-sealing tubing rated for the voltage of the wire being spliced and suitable for direct -buried installations. The tubing shall be factory coated with a thermoplastic adhesive -sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt -proof seal. Additionally, heat shrinkable tubing for multi -conductor cables, shielded cables, and armored cables shall be factory kits that are designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy Division, or approved equivalent. In all the above cases, connections of cable conductors shall be made using crimp connectors using a crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L-824 splices and terminations shall be made per the manufacturer's recommendations and listings. All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except that a light base ground clamp connector shall be used for attachment to the light base. See AC 150/5340-30 for additional information about methods of attaching a ground to a galvanized light base. All exothermic connections shall be made per the manufacturer's recommendations and listings. 108-2.5 SPLICER QUALIFICATIONS. Every airfield lighting cable splicer shall be qualified in making airport cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable. 108-2.6 CONCRETE. Concrete for cable markers shall be per Specification Item P-610, Structural Portland Cement Concrete- 108-2.7 FLOWABLE BACKFILL. Flewable material used to baGkfill trenGhes pewer Gable trenGhes shall nf„rm to +hey-equirements-ef item P-1-`53 COn+r„lied- l Strength nna+or��l rF.orn-vrtrr-cv-cn �vrnrvrrcc �ovv=-vrrcn Trv*uccnur. 108-2.8 CABLE IDENTIFICATION TAGS. Cable identification tags shall be made from a non -corrosive material with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on the plans. 108-2.9 TAPE. Electrical tapes shall be ScotchTm Electrical Tapes—ScotchTm 88 (1-1/2 inch (38 mm) wide) and ScotchTM 13000 linerless rubber splicing tape (2-inch (50 mm) wide), as manufactured by the Minnesota Mining and Manufacturing Company (3MTM), or an approved equivalent. FYV Taxiway B Widening and Rehabilitation L-108-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 108-2.10 ELECTRICAL COATING. Electrical coating shall be ScotchkoteTm as manufactured by 3MTM, or an approved equivalent. 108-2.11 EXISTING CIRCUITS. Whenever the scope of work requires connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed per this item and prior to any activity that will affect the respective circuit. The Contractor shall record the results on forms acceptable to the Engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the Engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. 108-2.12 DETECTABLE WARNING TAPE. Plastic, detectable, American Public Works Association (APWA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metalized foil core and shall be 3-6 inches (75-150 mm) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections unless otherwise authorized in writing by the Engineer or shown on the plans. In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3 feet (1 m) of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot (30 cm) vertically above the top of the access structure. This requirement also applies where primary cable passes through empty light bases, junction boxes, and access structures to allow for future connections, or as designated by the Engineer. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch (6 mm) in size. The cable circuit identification shall match the circuits noted on the construction plans. 108-3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be per the latest version of the National Electric Code, or the code of the local agency or authority having jurisdiction. FYV Taxiway B Widening and Rehabilitation L-108-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and that any potential interference is avoided. Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of debris. The mandrel size shall be compatible with the conduit size. The Contractor shall swab out all conduits/ducts and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be re- cleaned at the Contractor's expense. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture - seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer's recommendations. A non -hardening cable -pulling lubricant recommended for the type of cable being installed shall be used where required. The Contractor shall submit the recommended pulling tension values to the Engineer prior to any cable installation. If required by the Engineer, pulling tension values for cable pulls shall be monitored by a dynamometer in the presence of the Engineer. Cable pull tensions shall be recorded by the Contractor and reviewed by the Engineer. Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor's expense. The manufacturer's minimum bend radius or NEC requirements (whichever is more restrictive) shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor's option, the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable jacket. 108-3.3 INSTALLATION OF DIRECT -BURIED CABLE IN TRENCHES. Unless otherwise specified, the Contractor shall not use a cable plow for installing the cable. Cable shall be unreeled uniformly in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. Where cables must cross over each other, a minimum of 3 inches (75 mm) vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade. FYV Taxiway B Widening and Rehabilitation L-108-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches (0.5 m) below finished grade per NEC Table 300.5, except as follows: (1) When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (91 cm) unless otherwise specified. (2) Minimum cable depth when crossing under a railroad track, shall be 42 inches (1 m) unless otherwise specified. Dewatering necessary for cable installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay items as part of Item L-108. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-108 Item. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). Unless otherwise specified on the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. Flowable backfill material may alternatively be used. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under and subsidiary to the respective trenching or conduit or duct bank pay item. Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair or replacement. FYV Taxiway B Widening and Rehabilitation L-108-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 b. Backfilling. After the cable has been installed, the trench shall be backfilled. The first layer of backfill in the trench shall be 3 inches (75 mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. This layer shall not be compacted. The second layer shall be 5 inches (125 mm) deep, loose measurement, and shall contain no particles that would be retained on a one inch (25 mm) sieve. The remaining third and subsequent layers of backfill shall not exceed 8 inches (20 cm) of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. If the cable is to be installed in locations or areas where other compaction requirements are specified (under pavements, embankments, etc.) the compaction requirements per Item P-152 for that area shall be followed. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of per the plans and specifications. Underground electrical warning (caution) tape shall be installed in the trench above all direct -buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. If not shown on the plans, the warning tape shall be located 6 inches (150 mm) above the direct -buried cable or the counterpoise wire if present. A 3-6 inch (75 - 150 mm) wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and have a continuous legend as indicated on the plans. The tape shall be installed 8 inch (200 mm) minimum below finished grade. c. Restoration. Following restoration of all trenching near airport movement surfaces, the Contractor shall visually inspect the area for foreign object debris (FOD) and remove any that is found. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The restoration shall include the topsoiling and seeding as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to existing conditions and compaction shall meet the requirements of Item P-152. Restoration shall be considered incidental to the pay item of which it is a component part. 108-3.4 CABLE MARKERS FOR DIRECT -BURIED CABLE. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4-6 inch (10 - 15 cm) thick, extending approximately one inch (25 mm) above the surface. Each cable run from a line of lights and signs to the equipment vault shall be marked at approximately every 200 feet (61 m) along the cable run, with an additional marker at each change of direction of cable run. All other direct -buried cable shall be marked in the same manner. Cable markers shall be installed directly above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches (100 mm) high and 3 inches (75 mm) wide, with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep. FYV Taxiway B Widening and Rehabilitation L-108-7 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 At the location of each underground cable connection, except at lighting units, or isolation transformers, or power a concrete marker slab must mark adapters placed above the connection. The Contractor shall impress the word "SPLICE" on each slab. The Contractor also shall impress additional circuit identification symbols on each slab as directed by the Engineer. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete. After placement, all cable or splice markers shall be given one coat of high -visibility aviation orange paint as approved by the Engineer. Furnishing and installation of cable markers is incidental to the respective cable pay item. 108-3.5 SPLICING. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured per the manufacturer's instructions and to the satisfaction of the Engineer. b. Field -attached plug-in splices. These shall be assembled per the manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (38 mm) on each side of the joint. c. Factory -molded plug-in splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (38 mm) on each side of the joint. d. Taped or heat -shrink splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high -voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately one inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl pressure -sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required. Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat - shrink application shall be clean and free of contaminates prior to application. FYV Taxiway B Widening and Rehabilitation L-108-8 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Surfaces of equipment or conductors being terminated or connected shall be prepared in accordance with industry standard practice and manufacturer's recommendations. All surfaces to be connected shall be thoroughly cleaned to remove all dirt, grease, oxides, nonconductive films, or other foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean all surfaces at least '/4 inch (6.4 mm) beyond all sides of the larger bonded area on all mating surfaces. Use a joint compound suitable for the materials used in the connection. Repair painted/coated surface to original condition after completing the connection. 108-3.6 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING. If shown on the plans or included in the job specifications, bare solid #6 AWG copper counterpoise wire shall be installed for lightning protection of the underground cables. The Engineer shall select one of two methods of lightning protection for the airfield lighting circuit based on the frequency of local lightning: a. . Th*s *s yApKe the rUounterpoise is bended to the light base (edge lights inGluded) and GGunte.,_i__ determiner- by the Engineer. b. Isolation — used in areas where lightning strikes are not common. The counterpoise is not bonded to edge light fixtures, in -pavement fixtures are bonded to the counterpoise. Counterpoise size is selected by the Engineer. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. For edge light fixtures installed in turf (stabilized soils) and for raceways or cables adjacent to the full strength pavement edge, the counterpoise conductor shall be installed halfway between the pavement edge and the light base, mounting stake, raceway, or cable. The counterpoise conductor shall be installed 8 inches (203 mm) minimum below grade. Each light base or mounting stake shall be provided with a grounding electrode. When a metallic light base is used, the grounding electrode shall be bonded to the metallic light base or mounting stake with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor. When a nonmetallic light base is used, the grounding electrode shall be bonded to the metallic light fixture or metallic base plate with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor. For raceways installed under pavement; for raceways and cables not installed adjacent to the full strength pavement edge; for fixtures installed in full strength pavement and shoulder pavement and for optional method of edge lights installed in turf (stabilized soils); and for raceways or cables adjacent to the full strength pavement edge, the counterpoise conductor shall be centered over the raceway or cable to be protected as described below. The counterpoise conductor shall be installed no less than 8 inches (203 mm) above the raceway or cable to be protected, except as permitted below. The minimum counterpoise conductor height above the raceway or cable to be protected shall be permitted to be adjusted subject to coordination with the airfield lighting and pavement designs. Where raceway is installed by the directional bore, jack and bore, or other drilling method, the counterpoise conductor shall be permitted to be installed concurrently with the directional bore, jack and bore, or other drilling method raceway, external to the raceway or sleeve. FYV Taxiway B Widening and Rehabilitation L-108-9 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The counterpoise conductor shall be installed no more than 12 inches (305 mm) above the raceway or cable to be protected. The counterpoise conductor height above the protected raceway(s) or cable(s) shall be calculated to ensure that the raceway or cable is within a 45-degree area of protection. The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans but not more than 500 feet (150 m) apart around the entire circuit. The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode -grounding system. The connections shall be made as shown on the plans and in the specifications. If shown on the plans or in the specifications, a separate equipment (safety) ground system shall be provided in addition to the counterpoise wire using one of the following methods: c. A ground rod installed at and securely attached to each light fixture base, mounting stake, and to all metal surfaces at junction/access structures via #6 AWG wire. d. For parallel voltage systems only, install a #6 AWG green insulated equipment ground conductor internal to the conduit system and securely attached it to each light fixture base internal grounding lug and to all metal surfaces at junction/access structures. Dedicated ground rods shall be installed and exothermically welded to the counterpoise wires at each end of a duct bank crossing under pavement. Where an existing airfield lighting system is being extended or modified, the new counterpoise conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems. 108-3.7 COUNTERPOISE INSTALLATION ABOVE MULTIPLE CONDUITS AND DUCT BANKS. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete area of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise wires above the conduits shall be adequate to provide a complete cone of protection measured 22-1/2 degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. 108-3.8 COUNTERPOISE INSTALLATION AT EXISTING DUCT BANKS. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system. 108-3.9 EXOTHERMIC BONDING. Bonding of counterpoise wire shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. FYV Taxiway B Widening and Rehabilitation L-108-10 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: a. All slag shall be removed from welds. b. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not recommended unless the base has been specially modified. Consult the manufacturer's installation directions for proper methods of bonding copper wire to the light base. See also AC 150/5340-30 for galvanized light base exception. c. If called for in the plans, all buried copper and weld material at weld connections shall be thoroughly coated with 6 mm of 3MTM ScotchkoteTm, or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture. 108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase. The Contractor must maintain the test results throughout the entire project as well as during the warranty period that meet the following: a. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer the following: c. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. d. That all affected circuits (existing and new) are free from unspecified grounds. e. That the insulation resistance to ground of all new non -grounded high voltage series circuits or cable segments is not less than 500 megohms If. That the insulation resistance to ground of all new non -grounded conductors of new multiple circuits or circuit segments is not less than 100 megohms. g. That all affected circuits (existing and new) are properly connected per applicable wiring diagrams. h. That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. FYV Taxiway B Widening and Rehabilitation L-108-11 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 L That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes. The fall -of -potential ground impedance test shall be used, as described by American National Standards Institute/Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81, to verify this requirement. As an alternate, clamp -on style ground impedance test meters may be used to satisfy the impedance testing requirement. Test equipment and its calibration sheets shall be submitted for review and approval by the Engineer prior to performing the testing. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. There are no approved "repair" procedures for items that have failed testing other than complete replacement. METHOD OF MEASUREMENT 108-4.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, backfill, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be made for trenches of various specified widths. The cost of all excavation, backfill, dewatering and restoration regardless of the type of material encountered shall be included in the unit price bid for the work. 108-4.2 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet (meters) installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item shall include additional quantities required for slack. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct -buried), or cable and equipment ground installed in duct bank or conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item. Payment will be made under: Item L-108-5.1 No. 8 AWG, 5 kV, L-824, Type C Cable, Installed in Trench, Duct Bank or Conduit - per Linear Foot Item L-108-5.2 No. 6 AWG, Solid, Bare Counterpoise Wire, Installed in Trench, Above the Duct Bank or Conduit, Including Ground Rods and Ground Connectors - per Linear Foot Item L-108-5.3 Trenching for Direct -Buried Bare Counterpoise Wire, 8" Minimum Depth - per Linear Foot FYV Taxiway B Widening and Rehabilitation L-108-12 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 MATERIAL REQUIREMENTS AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A-A-59544 Commercial Item Description A-A-55809 ASTM B3 ASTM B8 ASTM B33 ASTM D33 ASTM D4388 MIL-1-24391 Cable and Wire, Electrical (Power, Fixed Installation) Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic Standard Specification for Soft or Annealed Copper Wire Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft Standard Specification for Tin -Coated Soft or Annealed Copper Wire for Electrical Purposes Tinned Soft of Annealed Copper Wire for Electrical Purposes Standard Specification for Nonmetallic Semi -Conducting and Electrically Insulating Rubber Tapes Insulation Tape, Electrical, Plastic, Pressure Sensitive V =1 J =1 V =1ZIA:8116Z6i11LY,I=1►11&' NFPA-70 National Electrical Code (NEC) NFPA-780 Standard for the Installation of Lightning Protection Systems MIL-S-23586F Performance Specification: Sealing Compound (with Accelerator), Silicone Rubber, Electrical ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System END OF ITEM L-108 FYV Taxiway B Widening and Rehabilitation L-108-13 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank FYV Taxiway B Widening and Rehabilitation L-108-14 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, that comply with these specifications, at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3-ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. FYV Taxiway B Widening and Rehabilitation L-110-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 110-2.2 STEEL CONDUIT. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 514B, and 1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or other similar environments shall be painted with a 10 mil thick coat of asphaltum sealer or shall have a factory bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 mil of asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. 110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings -shall conform to the following requirements: • UL 514B covers W-C-1094-Conduit fittings all types, classes 1 thru 3 and 6 thru 10. • UL 514C covers W-C-1094- all types, Class 5 junction box and cover in plastic (PVC). • UL 651 covers W-C-1094-Rigid PVC Conduit, types I and II, Class 4. • UL 651A covers W-C-1094-Rigid PVC Conduit and high density polyethylene (HDPE) Conduit type III and Class 4. Underwriters Laboratories Standards UL-651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: Type I — Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II — Schedule 40 PVC suitable for either above ground or underground use. c. Type III — Schedule 80 PVC suitable for either above ground or underground use either direct - buried or encased in concrete. d. Type III — HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with directional boring under pavement. The type of solvent cement shall be as recommended by the conduit/fitting manufacturer. 110-2.4 SPLIT CONDUIT. Split conduit shall be pre -manufactured for the intended purpose and shall be made of steel or plastic. 110-2.5 CONDUIT SPACERS. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.6 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1 inch maximum size coarse aggregate with a minimum 28-day compressive strength of 3,500 psi. Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110-2.7 FLOWABLE BACKFILL. Fle-i.yahlo Mate-Fial od- to baGk fill GE)R �� cif and d Gt honk frenGhoo shall Genferm te the requirements ef item P 153, GeRtrelled Lew Strength Material. Fill shall be deSigRed to aGhieye a-28day GOmpressiye strength of 200 not (1.4 MPa) under pavement. FYV Taxiway B Widening and Rehabilitation L-110-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 110-2.8 DETECTABLE WARNING TAPE. Plastic, detectable, American Public Works Association (APWA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6 inches (75-150 mm) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. No duct bank or underground conduit shall be less than 18 inches (0.5 m) below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches (0.5 m) below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4 inch (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 pound (90 kg) test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet (1.5 m). Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill for protection. All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. FYV Taxiway B Widening and Rehabilitation L-110-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under and subsidiary to the respective trenching or conduit or duct bank pay item. Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located 6 inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared per the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one -quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet (60 cm). Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed per Item P-152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-110 Item. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted per Item P-152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. FYV Taxiway B Widening and Rehabilitation L-110-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 b. Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110-3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches (0.5 m) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (0.5 m) below finished grade where installed in unpaved areas. Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (1 m) beyond the edges of the pavement or 3 feet (1 m) beyond any under drains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. The Contractor shall space the conduits not less than 3 inch (75 mm) apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. All conduits shall terminate with female ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5-foot (1.5-m) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 3 to 6 inches (75 to 150 mm) wide tape, 8 inches (200 mm) minimum below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3-inch (75-mm) wide tape only for single conduit runs. Utilize the 6-inch (150-mm) wide tape for multiple conduits and duct banks. For duct banks equal to or greater than 24 inches (600 mm) in width, utilize more than one tape for sufficient coverage and identification of the duct bank as required. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single -conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide. The trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. FYV Taxiway B Widening and Rehabilitation L-110-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 inch (6 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport's secured area where trespassing is prohibited are at least 18 inches (0.5 m) below the finished grade. Conduits outside the Airport's secured area shall be installed so that the tops of the conduits are at least 24 inches (60 cm) below the finished grade per National Electric Code (NEC), Table 300.5. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be placed not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110-3.4 MARKERS. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 - 6 inches (100 - 150 mm) thick extending approximately one inch (25 mm) above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet (61 m) along the cable or duct run, with an additional marker at each change of direction of cable or duct run. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. Impression of letters shall be done in a manner, approved by the Engineer, for a neat, professional appearance. All letters and words must be neatly stenciled. After placement, all markers shall be given one coat of high -visibility orange paint, as approved by the Engineer. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 BACKFILLING FOR CONDUITS. For conduits, 8 inches (200 mm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted per Item P-152 "Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 inches (100 mm) in diameter. Trenches shall not contain pools of water during back filling operations. FYV Taxiway B Widening and Rehabilitation L-110-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.6 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted per Item P-152 "Excavation and Embankment" except that the material used for backfill shall be select material not larger than 4 inches (100 mm) in diameter. In addition to the requirements of P-152, where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet (76 m) of duct bank or one work period's construction, whichever is less. Flewable backfill may alternatively be used. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.7 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall include topsoiling and seeding shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct banks shall be measured by the linear feet (meter) of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated material, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item per the provisions and intent of the plans and specifications. Payment will be made under: Item L-110-5.1 Non -Encased, Electrical Conduit, 1-Way 2"C - per Linear Foot FYV Taxiway B Widening and Rehabilitation L-110-7 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 MATERIAL REQUIREMENTS Advisory Circular (AC) 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program ASTM A615 Standard Specification for Deformed and Plain Carbon - Steel Bars for Concrete Reinforcement ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D2922 Standard Test Methods for Density of Soil and Soil - Aggregate in Place by Nuclear Methods (Shallow Depth) NFPA-70 National Electrical Code (NEC) Underwriters Laboratories Standard 6 Underwriters Laboratories Standard 514B Underwriters Laboratories Standard 514C Underwriters Laboratories Standard 1242 Electrical Rigid Metal Conduit - Steel Conduit, Tubing, and Cable Fittings Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers Electrical Intermediate Metal Conduit Steel Underwriters Laboratories Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings Underwriters Laboratories Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 FYV Taxiway B Widening and Rehabilitation L-110-8 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 ITEM L-115 ELECTRICAL MANHOLES AND JUNCTION STRUCTURES DESCRIPTION 115-1.1 This item shall consist of electrical manholes and junction structures (hand holes, pull boxes, junction cans, etc.) installed per this specification, at the indicated locations and conforming to the lines, grades and dimensions shown on the plans or as required by the Engineer. This item shall include the installation of each electrical manhole and/or junction structures with all associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 115-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3-ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes, specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 115-2.2 CONCRETE STRUCTURES. Cast -in -place concrete structures shall be per the details and dimensions shown on the plans. FYV Taxiway B Widening and Rehabilitation L-115-1 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Provide precast concrete structures where shown on the plans. Precast concrete structures shall be an approved standard design of the manufacturer. Precast units shall have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand 100,000 lb aircraft loads, unless otherwise shown on the plans. Openings or knockouts shall be provided in the structure as detailed on the plans. Threaded inserts and pulling eyes shall be cast in as shown. If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design calculations, and other information requested by the Engineer shall be submitted by the Contractor to allow for a full evaluation by the Engineer. The Engineer shall review per the process defined in the General Provisions. 115-2.3 JUNCTION BOXES. Junction boxes shall be L-867 Class 1 (non -load bearing) or L-868 Class 1 (load bearing) airport light bases that are encased in concrete. The light bases shall have a galvanized steel blank cover, gasket, and stainless steel or coated steel hardware per FAA Engineering Brief (EB) #83. Covers shall be 3/8-inch (9-mm) thickness for L-867 and 3/4-inch (19-mm) thickness for L-868. 115-2.4 MORTAR. The mortar shall be composed of one part of Portland cement and two parts of mortar sand, by volume. The Portland cement shall be per the requirements in ASTM C150, Type I. The sand shall be per the requirements in ASTM C144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C6. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 115-2.5 CONCRETE. All concrete used in structures shall conform to the requirements of Item P-610, Structural Portland Cement Concrete. 115-2.6 FRAMES AND COVERS. The frames shall conform to one of the following requirements: a. ASTM A48 Gray iron castings b. ASTM A47 Malleable iron castings c. ASTM A27 Steel castings d. ASTM A283, Grade D Structural steel for grates and frames e. ASTM A536 Ductile iron castings f. ASTM A897 Austempered ductile iron castings All castings specified shall withstand a maximum tire pressure of 250 psi and maximum load of 100,000 lbs. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged by traffic, but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123. Each cover shall have the word "ELECTRIC' or other approved designation cast on it. Each frame and cover shall be as shown on the plans or approved equivalent. No cable notches are required. FYV Taxiway B Widening and Rehabilitation L-115-2 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Each manhole shall be provided with a "DANGER -- PERMIT -REQUIRED CONFINED SPACE, DO NOT ENTER" safety warning sign as detailed in the Contract Documents and in accordance with OSHA 1910.146 (c)(2). 115-2.7 LADDERS. Ladders, if spenifierl shall be galvanized steel eras shown on the pans 115-2.8 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A615, Grade 60. 115-2.9 BEDDING/SPECIAL BACKFILL. Bedding or special backfill shall be as shown on the plans. 115-2.10 FLOWABLE BACKFILL. Flewable material used +n banLfill shall nnnfnrm to the r en+s 115-2.11 CABLE TRAYS. Coble trays shall be of galvanized steel plastin oral, m.inu rn Cable trays shall he Innated as shn�nm on. the plans 115-2.12 PLASTIC CONDUIT. Plastic conduit shall comply with Item L-110, Airport Underground Electrical Duct Banks and Conduits. 115-2.13 CONDUIT TERMINATORS. Conduit terminators shall be pre -manufactured for the specific purpose and sized as required or as shown on the plans. 115-2.14 PULLING -IN IRONS. Pulling -in irons shall be manufactured with 7/8 inch (22 mm) diameter hot - dipped galvanized steel or stress -relieved carbon steel roping designed for concrete applications (7 strand, '/2 inch (12 mm) diameter with an ultimate strength of 270,000 psi (1862 Mpa)). Where stress -relieved carbon steel roping is used, a rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be encapsulated with a polyester coating to prevent corrosion. 115-2.15 GROUND RODS. Ground rods shall be one piece, copper clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 8 feet (2.4 m) long nor less than 5/8 inch (16 mm) in diameter. CONSTRUCTION METHODS 115-3.1 UNCLASSIFIED EXCAVATION. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be repaired or replaced to the satisfaction of the Engineer without additional expense to the Owner. The Contractor shall perform excavation for structures and structure footings to the lines and grades or elevations shown on the plans or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. All excavation shall be unclassified and shall be considered incidental to the respective L-115 pay item of which it is a component part. Dewatering necessary for L-115 structure installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-115. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-115 Item. FYV Taxiway B Widening and Rehabilitation L-115-3 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams, crevices, disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer. Structures shall be placed after the Engineer has approved the depth of the excavation and the suitability of the foundation material. Prior to installation the Contractor shall provide a minimum of 6 inches (150 mm) of sand or a material approved by the Engineer as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover requirements, as indicated on the plans. 115-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the plans. The concrete and construction methods shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. 115-3.3 PRECAST UNIT INSTALLATIONS. Precast units shall be installed plumb and true. Joints shall be made watertight by use of sealant at each tongue -and -groove joint and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed. 115-3.4 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES AND FITTINGS. All castings, frames and fittings shall be placed in the positions indicated on the Plans or as directed by the Engineer and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted unless shown otherwise on the approved shop drawings and written permission is granted by the casting manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts shall be reported immediately to the Engineer and approval of the method of correction shall be obtained. Approved corrections shall be made at Contractor's expense. Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Pulling -in irons shall be located opposite all conduit entrances into structures to provide a strong, convenient attachment for pulling -in blocks when installing cables. Pulling -in irons shall be set directly into the concrete walls of the structure. FYV Taxiway B Widening and Rehabilitation L-115-4 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 115-3.5 INSTALLATION OF LADDERS. Ladders shall he installed S Gh that they may he removed if ReGessary. MGURtiRg bFaGkets shall be supplied tep and bettem and shall be Gast OR plaGe duRRg fabFiGat'GR re or drill .end ore 'n to after erestieR of the ctr� Gt ire s# the-str�c�uti-�-�,ned-�-�ated�-p.Aee-a,z n-�,�„���,� �r� 115-3.6 REMOVAL OF SHEETING AND BRACING. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed, before more than 6 inches (150 mm) of material is placed above the top of the structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The Engineer may order the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill. 115-3.7 BACKFILLING. After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches (150 mm) in thickness measured after compaction to the density requirements in Item P-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Backfill shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or compacting of backfill. 115-3.8 CONNECTION OF DUCT BANKS. To relieve stress of joint between concrete -encased duct banks and structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into duct bank reinforcement at the time the duct bank is installed. 115-3.9 GROUNDING. A ground rod shall be installed in the floor of all concrete structures so that the top of rod extends 6 inches (150 mm) above the floor. The ground rod shall be installed within one foot (30 cm) of a corner of the concrete structure. Ground rods shall be installed prior to casting the bottom slab. Where the soil condition does not permit driving the ground rod into the earth without damage to the ground rod, the Contractor shall drill a 4 inch (100 mm) diameter hole into the earth to receive the ground rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and installing the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout around the ground rod. A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls. The ground bus shall be a minimum of one foot (30 cm) above the floor of the structure and separate from other cables. No. 2 American wire gauge (AWG) bare copper pigtails shall bond the grounding bus to all cable trays and other metal hardware within the concrete structure. Connections to the grounding bus shall be exothermic. If an exothermic weld is not possible, connections to the grounding bus shall be made by using connectors approved for direct burial in soil or concrete per UL 467. Hardware connections may be mechanical, using a lug designed for that purpose. 115-3.10 CLEANUP AND REPAIR. After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold -galvanizing compound per MIL-P-21035. Surfaces shall be prepared and compound applied per the manufacturer's recommendations. FYV Taxiway B Widening and Rehabilitation L-115-5 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 Prior to acceptance, the entire structure shall be cleaned of all dirt and debris. 115-3.11 RESTORATION. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than their original condition. All sodding, grading and restoration shall be considered incidental to the respective L-115 pay item. The Contractor shall grade around structures as required to provide positive drainage away from the structure. Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original materials. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. 115-3.12 INSPECTION. Prior to final approval, the electrical structures shall be thoroughly inspected for conformance with the plans and this specification. Any indication of defects in materials or workmanship shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not exceed 25 ohms. Each ground rod shall be tested using the fall -of -potential ground impedance test per American National Standards Institute / Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81. This test shall be performed prior to establishing connections to other ground electrodes. 115-3.13 MANHOLE ELEVATION ADJUSTMENTS. The r„ntr-GtGF shall adjust the t„ps of 8xiofiRg te the new elevatiens. The existing tep elevatiGR ef eaGh maRhele te be adjusted shall be determined OR the field -An.J SubtraGte d/ad de d from the n ed tee eleyatiGR dirnensiens to adjust the maRhele t(Dp to the ReW proposed elevatiGR or shall GUt the eX'StiRg rnaRh(Dle walls. to shn—dien the existing 646IGtUre, as required by final grades. Finally, the GGntraGt(Dr shall reinstall the manhnlo tnn Se Gtien er ring and rnvor on fnn and rhonL the nw.v fnn elevation The Contractor shall construct a GE)RGFP-t,-Q ;-4rA-'-'Rd the t9p ef adjusted 6tFWGtUFe6 IGGated iR graded areas 115-3.14 DUCT EXTENSION TO EXISTING DUCTS. Where existing concrete encased ducts are to be extended, the duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together shall be standard manufactured connectors designed and approved for the purpose. The duct extensions shall be installed according to the concrete encased duct detail and as shown on the plans. FYV Taxiway B Widening and Rehabilitation L-115-6 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 METHOD OF MEASUREMENT 115-4.1 Electrical manholes and junction structures shall be measured by each unit completed in place and accepted. The following additional items are specifically included in each unit: • All Required Excavation, Dewatering • Sheeting and Bracing • All Required Backfilling with On -Site Materials • Restoration of All Surfaces and Finished Grading, Sodding • All Required Connections • Dewatering If Required • Temporary Cables and Connections • Ground Rod Testing BASIS OF PAYMENT 115-5.1 The accepted quantity of electrical manholes and junction structures will be paid for at the Contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials, furnishing and installation of appurtenances and connections to duct banks and other structures as may be required to complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item L-115-5.1 Concrete Encased Electrical Junction Structure L-867 Class 1, Size 16" Diameter by 24" Depth - per Each FYV Taxiway B Widening and Rehabilitation L-115-7 Garver Project No. 17041211 AC 150/5370-10G 7/21/2014 MATERIAL REQUIREMENTS ANSI/IEEE STD 81 Advisory Circular (AC) 150/5345-7 AC 150/5345-26 AC 150/5345-42 AC 150/5340-30 AC 150/5345-53 Commercial Item Description A -A 59544 ASTM A27 ASTM A47 ASTM A48 ASTM A123 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for L-823 Plug and Receptacle, Cable Connectors Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories Design and Installation Details for Airport Visual Aids Airport Lighting Equipment Certification Program Cable and Wire, Electrical (Power, Fixed Installation) Standard Specification for Steel Castings, Carbon, for General Application Standard Specification for Ferritic Malleable Iron Castings Standard Specification for Gray Iron Castings Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A615 Standard Specification for Deformed and Plain Carbon - Steel Bars for Concrete Reinforcement ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C206 Standard Specification for Finishing Hydrated Lime FAA EB #83 In Pavement Light Fixture Bolts MIL-P-21035 Paint High Zinc Dust Content, Galvanizing Repair NFPA-70 National Electrical Code (NEC) END OF ITEM L-115 FYV Taxiway B Widening and Rehabilitation L-115-8 Garver Project No. 17041211 r �A ail GARVERN 2049 E Joyce BNB Sute 400 Fayetteville, AR 72703 TEL 479.52T9100 FAX 479.527.9101 www. CerverUSAcorn Construction Contract Change Order Project: FYV Taxiway B Widening and Rehabilitation Fayetteville - Drake Field Airport (FYV) City of Fayettville Bid 18-43 - Garver Job No. 17041211 Change Order No. 1 Date Prepared: October 16, 2018 Prepared by: Ben Perea, Garver Owner: City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Contractor: Benchmark Construction of NWA, Inc. 333 West Poplar Street, Suite A Fayetteville, AR 72703 Description of Work Included in Contract Widening, realignment, and rehabilitation of Taxiway B north of Taxiway D. Changes and Reasons Ordered (List Individual Changes as: A, B, C, D, etc.) A. Modification of contract quantities to reflect the award of the Base Bid + Deductive Alternative bid schedule. This reflects the work on only north Taxiway B. B. Unit Price based up on the reduction in scope for the deductive alternative. This applies only to lump sum items included in the deductive alternative. C. Base Bid unit prices for all non -lump sum items will govem for the final contract. An additional bid item was included to reconcile the total value of the base bid and deductive alternative. Attachments: Contract Changes Bid Item No. Bid Item Description Unit of Measure Original Contract Quantity Contract Unit Price Revised Estimated Quantity Unit Price After Deduction Original Estimated Cost Revised Estimated Cost B. GP-105 Mobilization LS 1 $95,070.00 1 $83,070.00 $95,070.00 $83,070.00 B. SS-120-3.1 Site Preparation LS 1 $170,470.00 1 $147,160.00 $170,470.00 $147,160.00 A. SS-120-3.2 Temporary Haul Road Installation and Removal LS 1 $11,450.00 0 $0.00 $11,450.00 $0.00 A. SS-222-5.1 Haul Road Repair SY 400 $86.13 200 $86.13 $34,452.00 $17,226.00 B. SS-300-5.1 Lockout/Tagout and Constant Current Regulator Calibration Procedures LS 1 $580.00 1 $40.00 $580.00 $40.00 A. SS-301-5.1 Existing Base Mounted L-861T(L) LED Taxiway Edge Light and Isolation Transformer, Removed and Stored for Reinstallation, Base Demolished EA 73 $41.00 56 $41.00 $2,993.00 $2,296.00 A. SS-301-5.2 lExisting Base Mounted Guidance Sign, Removed EA 7 $179.00 1 4 $179.00 $1,253.00 $716.00 A. SS-301-5.3 Existing Electrical Conduit, Cleared of Cable LF 5,000 $0.47 4,000 $0.47 $2,350.00 $1,880.00 A. SS-305-5.1 Directional Boring, 2-Way 2"C Polyethylene Conduit LF 175 $63.00 90 $63.00 $11,025.00 $5,670.00 A. SS-310-5.1 Existing Removed L-861T(L) LED Taxiway Edge Light and Transformer, Reinstalled on New Base with New Connector Kits EA 73 $1,089.00 56 $1,089.00 $79,497.00 $60,984.00 A. SS-310-5.2 New Base Mounted L-861T(L) LED Taxiway Edge Light, Installed EA 11 $1,558.00 10 $1,558.00 $17,138.00 $15,580.00 A. SS-310-5.3 L-858(L) LED Base Mounted, 2-Module Guidance Sign, Installed EA 2 $5,480.00 1 $5,480.00 $10,960.00 $5,480.00 A. SS-310-5.4 L-858(L) LED Base Mounted, 3-Module Guidance Sign, Installed EA 5 $3,232.00 3 $3,232.00 $16,160.00 $9,696.00 B. SS-310-5.5 Temporary Airfield Lighting LS 1 $5,890.00 1 $490.00 $5,890.00 $490.00 A. P-101-5.1 Pavement Removal SY 3,200 $17.26 2,475 $17.26 $55,232.00 $42,718.50 A. P-101-5.2 Cold Planing (0-2") SY 2,100 $8.60 1,400 $8.60 $18,060.00 $12,040.00 A. P-1524.1 Unclassified Excavation CY 4,200 $23.38 3,400 $23.38 $98,196.00 $79,492.00 A. P-1524.2 Unsuitable Excavation CY 4,700 $45.79 4,030 $45.79 $215,213.00 $184,533.70 B. P-156-5.1 Temporary Erosion Control LS 1 $9,720.00 1 $8,910.00 $9,720.00 $8,910.00 A. P-209-5.1 Crushed Aggregate Base Course (6" Thickness) SY 7,100 $12.77 6,100 $12.77 $90,667.00 $77,897.00 A. P-401-8.1a Asphalt Hot Mix Surface Course TN 2,800 $118.00 2,315 $118.00 $330,400.00 $273,170.00 A. P-403-8.1 Asphalt Hot Mix Base Course TN 1,900 $127.92 1,620 $127.92 $243,048.00 $207,230.40 A. P-620-5.1a Runway and Taxiway Painting (Reflective) SF 65,000 $0.98 32,000 $0.98 $63,700.00 $31,360.00 A. P-620-5.1b Runway and Taxiway Painting (Non -Reflective) SF 72,000 $0.63 33,300 $0.63 $45,360.00 $20,979.00 A. P-620-5.2 Pavement Marking Removal SF 68,000 $1.14 37,100 $1.14 $77,520.00 $42,294.00 A. T-901-5.1 Seeding AC 4 $2,293.00 2 $2,293.00 $9,172.00 $4,586.00 A. T-904-5.1 ISodding SY 6,800 $4.17 5,800 $4.17 $28,356.00 $24,186.00 A. T-905-5.1 Topsoiling(4" Thickness) SY 28,800 $4.33 17,800 $4.33 $124,704.00 $77,074.00 A. L-108-5.1 No. 8 AWG, 5 kV, L-824, Type C Cable, Installed in Trench, Duct Bank or Conduit LF 7,100 $1.38 5,400 $1.38 $9,798.00 $7,452.00 A. L-108-5.2 No. 6 AWG, Solid, Bare Counterpoise Wire, Installed in Trench, Above the Duct Bank or Conduit, Including Ground Rods and Ground Connectors LF 4,750 $1.80 3,650 $1.80 $8,550.00 $6,570.00 A. L-108-5.3 Trenching for Direct -Buried Bare Counterpoise Wire, 8" Minimum Depth LF 4,900 $1.15 4,150 $1.15 $5,635.00 $4,772.50 A. L-110-5.1 Non -Encased, Electrical Conduit, 1-Way 2"C LF 5,200 $13.85 4,350 $13.85 $72,020.00 $60,247.50 A. L-115-5.1 Concrete Encased Electrical Junction Structure L-867 Class 1, Size 16" Diameter by 24" Depth EA 4 $294.00 2 $294.00 $1,176.00 $588.00 B. SP-C-01a Bonds LS 1 $28,290.00 1 $21,560.00 $28,290.00 $21,560.00 B. SP-C-01b Insurance LS 1 $11,900.00 1 $10,260.00 $11,900.00 $10,260.00 C. CO-01.1 Reconciliation of Deductive Alternative LS 0 1 $0.00 1 $23,778.40 $0.00 $23,778.40 Summation of Costl $2,006,005.00 $1,571,987.00 Net Cost for this Change Order ($434,018.00) Estimated Project Cost Time Change Estimated Project Cost Original Contract Start Date Original Contract Time (calendar days) To Be Determined 120 Original Contract Amount (Base Bid) $2,128,310.00 This Change Order (Deductive Alternative) ($434,018.00) Additional Calendar Days granted by this Change Order (30) New Contract Amount $1,694,292.00 New Contract Time (calendar days) 90 Suspended Time - New Construction Completion Date To Be Determined THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE Engineer: Garver Project Manager October 18, 2018 Eng� Signature Title Date ACCEPTED BY CONTRACTOR O Contractor's Signature Title Nate APPROVED BY OWNER Owner's Signature Title Date APPENDIX A-11 TASK ORDER 11 FAYETTEVILLE — DRAKE FIELD (FYV) TAXIWAY B WIDENING AND REHABILITATION (CONSTRUCTION PHASE SERVICES) This TASK ORDER is made as of , 2017 by and between the CITY OF FAYETTEVILLE of Fayetteville, Arkansas hereinafter referred to as "CITY OF FAYETTEVILLE," and GARVER, LLC, hereinafter referred to as "GARVER", in accordance with the provisions of the AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES executed on April 21, 2015. Under this Task Order, the CITY OF FAYETTEVILLE intends to make the following improvements for the FYV Taxiway B Widening and Rehabilitation project. Widen portions of Taxiway B to bring them into TDG 3 standards and rehabilitation of pavement on Taxiway B adjacent to the proposed widening as detailed in the project design. GARVER will provide professional services related to these improvements as described herein. SECTION 1 - SCOPE OF SERVICES GARVER will provide services as detailed in Exhibit A-11. SECTION 2 — PAYMENT For the work described under SECTION 1 - SCOPE OF SERVICES, the CITY OF FAYETTEVILLE will pay GARVER on a lump sum and cost plus basis. This task order is contingent upon receipt of sufficient grant funds from the Federal Aviation Administration and/or the Arkansas Department of Aeronautics. The table below presents a summary of the fee amounts and fee types for this contract. WORK DESCRIPTION FEE AMOUNT FEE TYPE Construction Administration Services $35,000 Lump Sum On -Site Construction Observation Services $80,700 Cost + FF Materials Testing Services I $17,500 Lump Sum Closeout Services and ALD Update I $7,000 Lump Sum Part 139 ACM Exhibit Updates $7,300 Lump Sum TOTAL FEE $147,500 Task Order 11 1 of 3 FYV Taxiway B Widening and Rehab (Construction Phase Services) Garver Project No. 17041211 Construction Administration Services, Closeout Services and ALD Update, and Part 139 ACM Exhibit Updates: The lump sum amount to be paid under this agreement is $49,300. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit 13-11 with approximate current hourly rates for each employee classification. On -Site Construction Observation Services: The CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the unburdened hourly payroll rate of each of GARVER's personnel during the performance of these services for work time directly connected with the project, plus payroll and general overhead costs of 191.29% of the unburdened hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus a fixed fee of $10,357.76. Estimated cost of these services, including the fixed fee is $80,700.00. The actual total fee may not exceed this estimate without approval from the CITY OF FAYETTEVILLE. For informational purposes, a breakdown of GARVER's estimated costs is included in Exhibit 13-11 with approximate current hourly rates for each employee classification. Underruns in any phase may be used to offset overruns in another phase as long as the overall contract amount is not exceeded. Expenses other than salary costs that are directly attributable to performance of our professional services will be billed as follows: 1. Direct cost for travel, long distance and wireless communications, outside reproduction and presentation material preparation, and mail/courier expenses. 2. Charges similar to commercial rates for reports, plan sheets, presentation materials, etc. 3. The amount allowed by the federal government for mileage with an additional $0.05 for survey trucks/vans. Materials Testing Services: The CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the unburdened hourly payroll rate of each of GARVER's personnel during the performance of these services for work time directly connected with the project, plus payroll and general overhead costs of 191.29% of the unburdened hourly rate, plus direct reimbursable expenses normal and necessary for the completion of the project, plus a fixed fee of $507.72. Estimated cost of these services, including the fixed fee is $17,500.00. The actual total fee may not exceed this estimate without prior approval from the CITY OF FAYETTEVILLE. For informational purposes, a breakdown of GARVER's estimated costs is included in Appendix B with approximate current hourly rates for each employee classification. The CITY OF FAYETTEVILLE will pay GARVER on a monthly basis, based upon statements submitted by GARVER to the CITY OF FAYETTEVILLE indicating the estimated proportion of the work accomplished. Payments not received within 60 days of invoice date will be subject to a one percent monthly simple interest charge. Additional Services (Extra Work). For work not described or included in Section 1— Scope of Services but requested by the CITY OF FAYETTEVILLE in writing, the CITY OF FAYETTEVILLE will pay GARVER, for time spent on the project, at the rates shown in Exhibit 13-11 for each classification of GARVER's personnel, plus overhead, plus 15% profit, plus reimbursable expenses including but not limited to printing, courier service, reproduction, and travel. Task Order 11 2 of 3 FYV Taxiway B Widening and Rehab (Construction Phase Services) Garver Project No. 17041211 SECTION 3 —EXHIBITS 3.1 The following Exhibits are attached to and made a part of this Agreement: 3.1.1 Exhibit A-11 Scope of Services 3.1.2 Exhibit B-11 Rate Schedule & Manhour Tables 3.1.3 Exhibit C-11 Project Exhibit This Agreement may be executed in two (2) or more counterparts each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Approval and acceptance of this Task Order, including attachments listed in SECTION 3 —EXHIBITS, shall incorporate this document as part of the Agreement. Garver is authorized to begin performance upon receipt of a copy of this Task Order signed by the CITY OF FAYETTEVILLE. The effective date of this Task Order shall be the last date written below. CITY OF FAYETTEVILLE, ARKANSAS By: Mayor, Lioneld Jordan ATTEST: By: City Clerk Task Order 11 FYV Taxiway B Widening and Rehab (Construction Phase Services) 3 of 3 GARVER 4 ■ Digitally signed by o Michael J. Griffin Date:2018.10.12 Bv: 14:22:35-05� 00' Title: Senior Vice President Garver Project No. 17041211 EXHIBIT A-11— SCOPE OF SERVICES FAYETTEVILLE — DRAKE FIELD (FYV) TAXIWAY B WIDENING AND REHABILITATION (CONSTRUCTION PHASE SERVICES) 1.1 General Generally, the scope of services includes construction administration services, on -site construction observation services, materials testing services, grant closeout services, Part 139 Airport Certification Manual (ACM) exhibit updates, and closeout services for improvements to Taxiway B Fayetteville — Drake Field. Improvements will consists of widening and rehabilitation of the taxiway as outlined in the recently submitted bid documents. 1.2 Construction Administration Services During the construction phase of work, Garver will accomplish the tasks below. 1.2.1 Construction Management Plan Garver will prepare a "Construction Management Plan" to be submitted to the Federal Aviation Administration (FAA) for approval. At a minimum, the plan shall list key construction personnel, qualifications of construction management personnel, and materials quality assurance information. The plan will be reviewed by the FAA project manager and must be approved along with the final plans and specifications for construction. 1.2.2 Submittals Garver will evaluate and respond to construction material submittals and shop drawings. Corrections or comments made by Garver on the shop drawings during this review will not relieve Contractor from compliance with requirements of the drawings and specifications. The check will be for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor will be responsible for confirming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction, coordinating his work with that of all other trades, and performing his work in a safe and satisfactory manner. Garver's review shall not constitute approval of safety precautions or constitute approval of construction means, methods, techniques, sequences, procedures, or assembly of various components. When certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, either directly or implied for a complete and workable system, Garver shall be entitled to rely upon such submittal or implied certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents. 1.2.3 Notice to Proceed & Preconstruction Meeting Garver will issue a Notice to Proceed letter to the Contractor and conduct a preconstruction meeting. Exhibit A-11 - Scope of Services 1 of 5 FYV Taxiway B Widening and Rehab Construction Phase Services Garver Project No. 17041211 1.2.4 Progress Meetinas As a minimum, Garver's Project Manager, Project Engineer, and Construction Observer will attend weekly progress meetings with the Owner and Contractor. It is expected that 15 meetings will be held on -site. Progress meetings and visits to the site of the work should be scheduled to coincide with each new phase of construction, scheduled FAA inspections, and other times when Garver's presence is desirable. Garver's project engineer or his qualified representative will be available at all times work is in progress for telephone contact by the construction observer. Garver's project engineer shall direct, supervise, advise, and counsel the construction observation personnel in the accomplishment of Garver's duties. 1.2.5 Owner Coordination Garver will consult with and advise the Owner during the construction period. Garver will provide weekly progress updates to the Owner. Garver will submit, when requested by the Owner, written reports to the Owner on the progress of the construction including any problem areas that have developed or are anticipated to develop. In addition, Garver shall supply to Owner such periodic reports and information as may be required by the FAA, including FAA Form 5370-1, Construction Progress and Inspection Report, or equivalent form to the Owner on a weekly basis. 1.2.6 RFIs Garver will issue instructions to the Contractor on behalf of the Owner and issue necessary clarifications (respond to RFIs) regarding the construction contract documents. 1.2.7 Progress ss Payments Garver will review the Contractor's progress payment requests based on the actual quantities of contract items completed and accepted, and will make a recommendation to the Owner regarding payment. Garver's recommendation for payment shall not be a representation that Garver has made exhaustive or continuous inspections to (1) check the quality or exact quantities of the Work; (2) to review billings from Subcontractors and material suppliers to substantiate the Contractor's right to payment; or (3) to ascertain how the Contractor has used money previously paid to the Contractor. Garver will prepare requests for monthly and final payments to the Contractor. Quantities of material will be documented based upon actual measurements and computations in a field notebook or computer printouts retained in a folder. These measurements and/or computer printouts will be the basis for payment and available to the Owner upon request. 1.2.8 Pavroll Reviews Garver will assist the Owner in the observation of the Contractor's operations for proper classification of workers, review of the Contractor's payroll as necessary to determine compliance with Davis Bacon requirements, and conduct contractor employee interviews to determine compliance with Davis Bacon requirements. Garver will keep the Contractor's payroll records on file demonstrating compliance with the Davis Bacon requirements. In addition, Garver will monitor the contractor's posting of the required EEO notice and provide general oversight of any obvious instance of a segregated work place. Garver will submit Contractor's certified payroll records to Owner with each audit package. 1.2.9 DBE Compliance Garver will assist the Owner in the review of the Contractor's compliance with the DBE goals established during bidding including preparing the monthly DBE payment log. Exhibit A -I I - Scope of Services 2 of 5 Construction Phase Services FYV Taxiway B Widening and Rehab Garver Project No. 17041211 1.2.10 Audit Package Garver will provide the Owner with a monthly audit package containing that month's quantity book, materials testing log, pay estimate, daily and weekly diary entries, materials tickets submitted by the construction staff, etc. This audit package will be delivered in digital format (PDF). 1.2.11 Record Drawings Garver will maintain a set of working drawings and provide information for preparation of record drawings of the completed project. This information will be incorporated into final record drawings completed as part of Closeout Services and final record drawings will be provided to the Owner after project completion. Garver shall prepare a set of utility record drawings and prepare and furnish record drawings to local utilities as required. 1.2.12 Change Orders When authorized by the Owner, Garver will prepare change orders or supplemental agreements for changes in the work from that originally provided for in the construction contract documents. If redesign or substantial engineering or surveying is required in the preparation of these change order documents, the Owner will pay Garver an additional fee to be agreed upon by the Owner and Garver. For new contract items, Garver will, prepare an engineer's estimate for the proposed work prior to negotiating with the contractor and will conduct a cost analysis after receipt of the contractor's proposal. 1.2.13 Final Inspections Garver will participate in a pre -final walkthrough of each phase of construction with the Owner. Garver will also participate in a final project inspection of each phase with the Owner and Contractor, prepare a punch list, review final project closeout documents, and submit the final pay request. 1.3 On -Site Construction Observation On -Site Construction Observation Services shall be provided by Garver for the for the 90 calendar -day construction contract performance time, plus an additional two (2) weeks for weather and other delays beyond the Contractor's control. Services shall include the following: 1. Provide full-time resident construction observation services for approximately 50 hours per week for the duration of the contract performance time. If the construction time extends beyond the time established in this agreement or if the Owner wishes to increase the time or frequency of the observation, the Owner will pay Garver an additional fee agreed to by the Owner and Garver. 2. Provide up to 10 hours of survey crew time for field checking quantities, contractor's layout, etc. 3. Consult with and advise the Owner during the construction period. In addition, Garver shall supply to the Owner such periodic reports and information as may be required by the FAA 4. As necessary, conduct safety meetings with the Contractor. 5. Coordinate with the firm providing construction materials quality assurance testing. Coordinate with this firm to insure that all material tests required for construction are scheduled and accomplished in a manner that will not delay the Contractor unnecessarily and will meet specification requirements as to location and frequency. 6. Perform intermediate inspections in advance of the final inspection. 7. Maintain a file of quantities incorporated into the work, test reports, certifications, shop drawings Exhibit A -I I - Scope of Services 3 of 5 Construction Phase Services FYV Taxiway B Widening and Rehab Garver Project No. 17041211 and submittals, and other appropriate information. 8. In accordance with FAA AC 150/5370-12A, maintain a project diary which will contain information pertinent to each site visit. 9. Administer the "Construction Management Plan" prepared by Garver. 10. Monitor the contractor's conformance to the approved construction safety and phasing plan. 11. Prepare a Construction Materials Quality Control Summary to be submitted monthly to the Owner. At a minimum, the summary shall include a list of all tests performed showing the date, location, pass or fail, results of retests, and whether or not the test is eligible or ineligible under the A.I.P. program. The Summary will include a certification that all testing was completed in accordance with the "Construction Management Plan." In performing construction observation services, Garver will endeavor to protect the Owner against defects and deficiencies in the work of the Contractor(s); but Garver does not guarantee the performance of the Contractor(s), nor is Garver responsible for the actual supervision of construction operations. Garver does not guarantee the performance of the contracts by the Contractors nor assume any duty to supervise safety procedures followed by any Contractor or subcontractor or their respective employees or by any other person at the job site. However, if at any time during construction Garver observes that the Contractor's work does not comply with the construction contract documents, Garver will notify the Contractor of such non-compliance and instruct him to correct the deficiency and/or stop work, as appropriate for the situation. Garver will also record the observance, the discussion, and the actions taken. If the Contractor continues without satisfactory corrective action, Garver will notify the Owner immediately, so that appropriate action under the Owner's contract with the Contractor can be taken. 1.4 Materials Testing Services Through a DBE Subconsultant, Garver shall provide the quality assurance testing for the project as required by the Plans and Specifications in accordance with FAA and the Owner's requirements. 1.5 Grant Closeout Services At the conclusion of construction, Garver will assist the Owner with project closeout by providing a final project report which will include all necessary documents required for FAA grant closeout. Closeout documentation will be provided within 90 days of the final payment to the Contractor. Garver will also update the airport's ALD to show the realigned and widened taxiway as "existing" and coordinate the submission of the updated ALD through OEAAA. Exhibit A -I I - Scope of Services 4 of 5 Construction Phase Services FYV Taxiway B Widening and Rehab Garver Project No. 17041211 1.6 Part 139 Airport Certification Manual (ACM) Exhibit Updates Garver will revise the following exhibits based upon comments received as part of the Part 139 review of the Owner's Airport Certification Manual (ACM). 1. Airfield Signage Plan 2. Airfield Marking Plan 3. Runway Safety Area Exhibit 4. Grid Map Revised exhibits will be submitted to the Part 139 Inspector for review and comments received from the review will be incorporated. Garver will provide the Owner with printed copies of the final exhibits for inclusion into their ACM. 1.7 Project Deliverables The following will be submitted to the Owner, or others as indicated, by Garver: 1. One hard copy set of Record Drawings to Owner. 2. One hard copy set of Record Drawings to the FAA. 3. One hard copy set of revised ACM exhibits. 4. Electronic files as requested. 1.8 Extra Work The following items are not included under this agreement but will be considered as extra work: 1. Submittals or deliverables in addition to those listed herein. 2. Services after construction, such as warranty follow-up, or operations support. Extra Work will be as directed by the Owner in writing for an additional fee as agreed upon by the Owner and Garver. Exhibit A-11 - Scope of Services 5 of 5 FYV Taxiway B Widening and Rehab Construction Phase Services Garver Project No. 17041211 GARVER APPENDIX B-11 FYV TAXIWAY B WIDENING AND REHAB - CPS Garver Hourly Rate Schedule: July 2018 - June 2019 Classification Rates Engineers / Architects E-1............................................................................... $ 35.00 E-2............................................................................... $ 40.60 E-3............................................................................... $ 49.10 E-4............................................................................... $ 57.40 E-5............................................................................... $ 70.00 E-6............................................................................... $ 87.80 E-7............................................................................... $ 116.70 Planners / Environmental Specialist P-1............................................................................... $ 42.20 P-2............................................................................... $ 52.90 P-3............................................................................... $ 65.80 P-4............................................................................... $ 75.00 P-5............................................................................... $ 86.70 P-6............................................................................... $ 99.00 P-7............................................................................... $ 119.60 Designers D-1............................................................................... $ 32.70 D-2............................................................................... $ 38.30 D-3............................................................................... $ 45.50 D-4............................................................................... $ 52.90 Technicians T-1............................................................................... $ 25.50 T-2............................................................................... $ 32.30 T-3............................................................................... $ 39.40 Surveyors S-1............................................................................... $ 15.65 S-2............................................................................... $ 20.65 S-3............................................................................... $ 27.80 S-4............................................................................... $ 39.90 S-5............................................................................... $ 52.90 S-6............................................................................... $ 60.20 2-Man Crew (Survey)....................................................... $ 60.55 3-Man Crew (Survey)....................................................... $ 76.20 2-Man Crew (GPS Survey) ................................................ NA 3-Man Crew (GPS Survey) ................................................ NA Construction Observation C-1............................................................................... $ 30.80 C-2............................................................................... $ 39.60 C-3............................................................................... $ 48.50 C-4............................................................................... $ 59.60 Management / Administration M-1............................................................................... $ 119.60 X-1............................................................................... $ 20.00 X-2............................................................................... $ 27.20 X-3............................................................................... $ 37.90 X-4............................................................................... $ 48.30 X-5............................................................................... $ 59.30 X-6............................................................................... $ 75.60 X-7............................................................................... $ 90.00 Agreement for Professional Services FYV Taxiway B Widening and Rehab - CPS Garver Project No. 17041211 APPENDIX B-11 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHAB CONSTRUCTION ADMINISTRATION PHASE SERVICES WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-1 T-1 C-1 $57.40 $49.10 $40.60 $35.00 $32.70 $25.50 $30.80 hr hr hr hr hr hr hr 1. Construction Administration 1.2.1 Construction Management Plan 4 4 16 8 1.2.2 Submittals 8 16 24 1.2.3 Notice to Proceed & Preconstruction Meeting8 8 8 1.2.4 Progress Meetings (15) 20 20 1.2.5 Owner Coordination 4 12 1.2.6 Requests for Information (RFI) 2 10 8 1.2.7 Monthly Progress Payments 3 3 1.2.8 Payroll Reviews 3 3 1.2.9 DBE Compliance Reports 3 3 1.2.10 Audit Package 3 3 1.2.11 Record Drawings 4 6 24 1.2.12 Change Orders 4 10 1.2.13 Final Inspection and Punchlist 8 12 16 Subtotal - Construction Administration 14 0 96 98 0 48 32 Hours 14 0 96 98 0 48 32 Salary Costs $803.60 $0.00 $3,897.60 $3,430.00 $0.00 $1,224.00 $985.60 SUBTOTAL - SALARIES: $10,340.80 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $19,780.92 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $30.03 Postage/Freight/Courier $30.00 Travel Costs (20 trips @ $15/Trip) $300.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $360.03 SUBTOTAL: SUBCONSULTANTS FEE: PROFESSIONAL FEE TOTAL FEE: $30,481.75 $0.00 $4, 518.26 $35,000.00 APPENDIX B-11 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHAB ON -SITE CONSTRUCTION OBSERVATION SERVICES WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 2-Man Crew (Survey) T-1 C-1 $57.40 $49.10 $40.60 $35.00 $60.55 $25.50 $30.80 hr hr hr hr hr hr hr 1. On -Site Construction Observation Resident Construction Observation 15 weeks @ 50 hr/week 750 Field Checking Quantities, Contractor's Layout 10 Subtotal - On -Site Construction Observation 0 0 0 0 10 0 750 Hours 0 0 Salary Costs $0.00 $0.00 SUBTOTAL - SALARIES: $23,705.50 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $45,346.25 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $64.71 Postage/Freight/Courier $25.78 Travel Costs (80 trips @ $15/Trip) $1,200.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $1,290.49 SUBTOTAL: $70,342.24 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $10,357.76 TOTAL FEE: $80,700.00 0 0 10 0 750 $0.00 $0.00 $605.50 $0.00 $23,100.00 APPENDIX B-11 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHAB MATERIALS TESTING SERVICES WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-1 T-1 X-2 $57.40 $49.10 $40.60 $35.00 $32.70 $25.50 $27.20 hr hr hr hr hr hr hr 1. Materials Testing Services Coordination with Materials Testing Firm 10 4 Report Review 10 6 Subtotal - Materials Testing Services 0 0 20 10 0 0 0 Hours 0 0 20 10 0 0 0 Salary Costs $0.00 $0.00 $812.00 $350.00 $0.00 $0.00 $0.00 SUBTOTAL - SALARIES: $1,162.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $2,222.79 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $107.49 Postage/Freight/Courier $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $107.49 SUBTOTAL: $3,492.28 SUBCONSULTANTS FEE: $13,500.00 PROFESSIONAL FEE $507.72 TOTAL FEE: $17,500.00 APPENDIX B-11 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHAB PART 139 ACM EXHIBIT UPDATES WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-1 T-1 X-2 $57.40 $49.10 $40.60 $35.00 $32.70 $25.50 $27.20 hr hr hr hr hr hr hr 1. Part 139 ACM Exhibit Updates Airfield Signage Plan 1 4 8 Airfield Marking Plan 1 4 8 Runway Safety Area Exhibit 1 4 8 Grid Map 1 4 6 Incorporate Comments from Airport 2 6 Subtotal - Part 139 ACM Exhibit Updates 4 0 18 0 36 0 0 Hours 4 0 18 0 36 0 0 Salary Costs $229.60 $0.00 $730.80 $0.00 $1,177.20 $0.00 $0.00 SUBTOTAL - SALARIES: $2,137.60 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD $4,089.02 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $139.39 Postage/Freight/Courier $0.00 Travel Costs $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $139.39 SUBTOTAL: SUBCONSULTANTS FEE: PROFESSIONAL FEE $6,366.01 $933.99 TOTAL FEE: $7,300.00 APPENDIX B-11 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHAB GRANT CLOSEOUT SERVICES WORK TASK DESCRIPTION E-4 E-3 E-2 E-1 D-1 T-1 X-2 $57.40 $49.10 $40.60 $35.00 $32.70 $25.50 $27.20 hr hr hr hr hr hr hr 1. Grant Closeout Grant Closeout Documentation 2 12 16 ALD Update 4 8 State Grant Application 2 2 8 Subtotal - Grant Closeout 4 0 1 18 24 8 0 0 Hours 4 0 18 24 8 0 0 Salary Costs $229.60 $0.00 $730.80 $840.00 $261.60 $0.00 $0.00 SUBTOTAL - SALARIES: $2,062.00 LABOR AND GENERAL ADMINISTRATIVE OVERHEAD DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $92.64 Postage/Freight/Courier $0.00 Travel Costs $0.00 $3,944.40 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $92.64 SUBTOTAL: $6,099.04 SUBCONSULTANTS FEE: $0.00 PROFESSIONAL FEE $900.96 TOTAL FEE: $7,000.00 Taxiway B Widening „. - wo Taxiway B Rehabilitation Y�• j i a Ai Taxiway B Rehabilitation 1 4 - T _`$- v Taxiway B Widening FAYETTEVILLE - DRAKE FIELD FIGURE NUMBER FAYETTEVILLE, ARKANSAS Taxiway B Widening and PROJECT EXHIBIT C-1 1 Rehabilitation 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 185-18 File Number: 2018-0419 TAXIWAY B REHAB GRANT APPLICATIONS: A RESOLUTION TO AUTHORIZE APPLICATIONS FOR TWO FEDERAL AVIATION ADMINISTRATION 90/10 GRANTS FOR COMPLETION OF CONSTRUCTION PHASE SERVICES AND PROJECT CLOSEOUT ASSOCIATED WITH THE TAXIWAY B WIDENING AND REHABILITATION PROJECT IN THE ALTERNATIVE AMOUNTS OF $2,072,169.00 AND $1,652,878.00, AND TO AUTHORIZE MAYOR JORDAN TO EXECUTE THE GRANT AGREEMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to submit applications for two Federal Aviation Administration 90/10 Grants for completion of construction phase services and project closeout associated with the Taxiway B Widening and Rehabilitation Project the alternative amounts of $2,072,169.00, based on the full project cost, and $1,652,878.00, based on the full project cost with deductive alternates, and further authorizes Mayor Jordan to execute the grant agreement when received. PASSED and APPROVED on 8/21/2018 Attest: Sondra E. Smith, City Clerk T Page 1 Printed on 8122118 City of Fayetteville Staff Review Form 9; r! .. t' Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item nrkansas Department of Aeronautics grant application Taxiway B Design Only Summer Fallen 11/19/2018 AIRPORT SERVICES (760) Submitted By Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to execute the FAA grant closeout paperwork and submit an Arkansas Department of Aeronautics (ADA) grant application in the amount of $15,064.67 for reimbursement of the City's 10% share of a 90-10 Federal Aviation Administration (FAA) grant that was used for design and bidding services associated with the Taxiway B Widening and Rehabilitation project at Fayetteville — Drake Field Airport. Account Number 31704 Project Number Budgeted Item? NA Does item have a cost? NA Budget Adjustment Attached? NA Budget Impact: Fund Taxiway B Widening Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title 0 V20180321 Purchase Order Number: Previous Ordinance or Resolution # 185-18, 230-18 Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor THRU: Don Marr, Chief of Staff Terry Gulley, Transportation Services Director FROM: Summer Fallen, Airport Services Manager DATE: November 19, 2018 STAFF MEMO SUBJECT: Taxiway B Widening and Rehab -Design Only ADA Grant Application RECOMMENDATION: Staff requests approval for the Aviation Division to execute the FAA grant closeout paperwork and submit an Arkansas Department of Aeronautics (ADA) grant application in the amount of $15,064.67 for reimbursement of the City's 10% share of a 90-10 Federal Aviation Administration (FAA) grant that was used for design and bidding services associated with the Taxiway B Widening and Rehabilitation project at Fayetteville — Drake Field Airport. BACKGROUND: The airport currently has charter flights that operate at the airfield with a Boeing 737-804 and Boeing 757- 200 aircraft. These aircraft cannot taxi from the terminal apron to the Runway 16 threshold without crossing the runway due to current width of Taxiway B north of Taxiway D. In addition, these aircraft cannot taxi to the Runway 34 threshold without utilizing judgmental oversteering to maneuver the final turn on the south end of Taxiway B. In an effort to provide adequate taxiway width to promote safe taxiing operations for the large charter aircraft, the airport included a taxiway widening project in their FAA Capital Improvements Plan (CIP). In addition to the widening of the taxiway, the rehabilitation of pavement adjacent to all taxiway widened as part of the project will also be included. DISCUSSION: On January 17, 2017, a Garver task order was approved for completion of a preliminary engineering report for the Taxiway B Widening and Rehabilitation project. That report was submitted to the FAA in April 2017. An FAA design -only grant application for design and bidding services associated with the Taxiway B Widening and Rehabilitation project was approved by Council on July 18, 2017. Sealed bids for the project were opened on May 24, 2018 and a total of two bids were received. However, both bids received were more than the certified funds for the project. As a result, phasing was modified, and a deductive alternative was included to provide the flexibility needed to submit a grant application that was within the FAA's budget. Sealed bids for the project re -bid were opened on July 24 and a total of 3 bids were received. As approved during the City Council meeting on August 21, the Aviation Division submitted two grant applications to the FAA for the taxiway rehabilitation. Based upon their available Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS STAFF MEMO funds, the FAA issued the City of Fayetteville a grant offer for $1,652,878. This amount represents construction of the Base Bid + Deductive Alternative, which includes rehabilitation of Taxiway B north. The grant offer was executed by the City on September 14, 2018.On November 9, 2018, Council approved the execution of the construction contract with Benchmark Construction of NWA, Inc. The execution of the contract concludes the bidding phase services and, once executed by the Mayor, the grant closeout paperwork will be submitted to the FAA. With the work associated with the design -only grant completed, a grant application will be submitted to the ADA for the 10% reimbursement of the City's share of the 90-10 FAA grant. A breakdown of the design only grant is included below. BUDGET/STAFF IMPACT: 2017 FAA Grant (Design -Only) Preliminary Engineering Report: $49,800.00 FAA: $135,307.00 Design and Bidding Services: $98,000.00 ADA: $15,034.67 Administration and Other Costs: $2 541.67 City: $0.00 TOTAL: $150,341.67 TOTAL: $150,341.67 Attachments: Staff Review Form Staff Review Memo FAA Grant Closeout Packet ADA Grant Application i FYV Taxiwa B Widenin r a�. and I�ehabilitation �� Grant Closeout {Design Cnly} CITY OF FAYETTEVILLE ARKANSAS November 19, 2018 Femi Adeoye Federal Aviation Administration 10101 Hillwood Parkway Fort Worth, TX 76177 Re: Fayetteville — Drake Field FYV Taxiway B Widening and Rehabilitation (3-05-0020-044-2017) Sponsor Final Report Dear Mr. Adeoye: This letter serves as our final report and our notice of completion on the FYV Taxiway B Widening and Rehabilitation design only grant (AIP 3-05-0020-044-2017) effective October 19, 2018. There were no supplemental agreements or changes orders on this project. The design of the FYV Taxiway B Widening and Rehabilitation has been completed and accepted. A final design report was submitted to your office March 1, 2018 and a grant offer was executed on September 14, 2018. Included in this letter is the Sponsor Certification for Plans and Specifications and a final invoice summary with a distribution of AIP costs. As you can see from the final invoice summary, the administration costs incurred on this project were under the grant amount. We appreciate the opportunity to work with the FAA on this project. If you have any questions, comments, or require any additional supplemental material for your review, please feel free to contact me or Ben Perea with Garver. Sincerely, Summer Fallen Airport Services Manager Attachments: Sponsor Certification of Project Plans and Specifications Final Invoice Summary with Distribution of AIP Costs Final Project Budget Form SF-271 Form SF-425 Mailing Address; 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 �"� U.S. Department of Transportation OMB CONTROL NUMBER: 2120-0569 r Federal Aviation Administration EXPIRATION DATE: 8/31/2019 Project Plans and Specifications Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-044-2017 Description of Work: FYV Taxiway B Widening and Rehabilitation (Design Only) Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). Labor and civil rights standards applicable to AIP are established by the Department of Labor (www.dol.gov/). AIP Grant Assurance C.1—General Federal Requirements identifies applicable federal laws, regulations, executive orders, policies, guidelines and requirements for assistance under AIP. A list of current advisory circulars with specific standards for procurement, design or construction of airports, and installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgement and confirmation of the certification statement. The term "will' means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. The plans and specifications were or will be prepared in accordance with applicable federal standards and requirements, so that no deviation or modification to standards set forth in the advisory circulars, or FAA -accepted state standard, is necessary other than those explicitly approved by the Federal Aviation Administration (FAA) (14 USC § 47105). ❑x Yes ❑ No ❑ N/A 2. Specifications incorporate or will incorporate a clear and accurate description of the technical requirement for the material or product that does not contain limiting or proprietary features that unduly restrict competition (2 CFR §200.319). ❑ Yes ❑ No ❑ N/A FAA Form 5100-132 (1/17) SUPERSEDES PREVIOUS EDITION Page 1 of 3 3. The development that is included- or will be included in the plans is depicted on the current airport layout plan as approved by the FAA (14 USC § 47107). [91 Yes ❑ No ❑ N/A 4. Development and features that are ineligible or unallowable for AIP funding have been or will be omitted from the plans and specifications (FAA Order 5100.38, par. 3-43). O Yes ❑ No ❑ N/A 5. The specification does not use or will not use "brand name" or equal to convey requirements unless sponsor requests and receives approval from the FAA to use brand name (FAA Order 5100.38, Table U-5). ❑ Yes ❑ No ❑ N/A 6. The specification does not impose or will not impose geographical preference in their procurement requirements (2 CFR §200.319(b) and FAA Order 5100.38, Table U-5). n Yes ❑ No ❑ N/A 7. The use of prequaliffed lists of individuals, firms or products include or will include sufficient qualified sources that ensure open and free competition and that does not preclude potential entities from qualifying during the solicitation period (2 CFR §319(d)). p Yes ❑ No ❑ N/A 8. Solicitations with bid alternates include or will include explicit information that establish a basis for award of contract that is free of arbitrary decisions by the sponsor (2 CFR § 200.319(a)(7)). [91 Yes ❑ No ❑ N/A 9. Concurrence was or will be obtained from the FAA if Sponsor incorporates a value engineering clause into the contract (FAA Order 5100.38, par. 3-57). ❑ Yes ❑ No ❑ N/A 10. The plans and specifications incorporate or will incorporate applicable requirements and recommendations set forth in the federally approved environmental finding (49 USC §47106(c)). IRI Yes ❑ No ❑ N/A 11. The design of all buildings comply or will comply with the seismic design requirements of 49 CFR § 41.120. (FAA Order 5100.38d, par. 3-92) ❑ Yes ❑ No ❑x N/A 12. The project specification include or will include process control and acceptance tests required for the project by as per the applicable standard: a. Construction and installation as contained in Advisory Circular (AC) 150/5370-10. ❑O Yes ❑ No ❑ N/A FAA Form 5100-132 (1/17) SUPERSEDES PREVIOUS EDITION Page 2 of 3 b. Snow Removal Equipment as contained in AC 150/5220-20. ❑ Yes ❑ No ❑x N/A c. Aircraft Rescue and Fire Fighting (ARFF) vehicles as contained in AC 150/5220>10. ❑ Yes ❑ No x❑ N/A 13. For construction activities within or near aircraft operational areas(AOA): a. The Sponsor has or will prepare a construction safety and phasing plan (CSPP) conforming to Advisory Circular 150/5370-2. b. Compliance with CSPP safety provisions has been or will be incorporated into the plans and specifications as a contractor requirement. c. Sponsor will not initiate work until receiving FAA's concurrence with the CSPP (FAA Order 5100.38, Par. 5-29). p Yes ❑ No ❑ N/A 14. The project was or will be physically completed without federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design (49 USC §47110(b)(1) and FAA Order 5100.38d, par. 3-100). p Yes ❑ No ❑ N/A Attach documentation clarifying any above item marked with "No" response. Sponsor's Certification certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marke+d- "no" is correct and complete. Executed on this al'�Ilrday of(rtQlj,G�c Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: The Honorable Lioneld Jordan Title of Sponsor's Authorized Officia Signature of Sponsor's Authorized I declare under penalty of perjury that the foregoing isle and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-132 (1/17) SUPERSEDES PREVIOUS EDITION Page 3 of 3 GRANT RECIPIENT INFORMATION Name: City of Fayetteville Airport: Fayetteville - Drake Field Address: 4500 S School Ave; Ste. F City/State: Fayetteville, AR 72701.8016 INVOICE SUMMARY PROJECT INFORMATION Alp Grant Number. 3-05.0020-044-2017 Project Title: FYV Taxiway B Widening and Rehabilitation (Design Only) Date Prepared: 10/16/2018 Reimbursement No. 8 Federal Share 90% (A) VendodCtasslDescription (B) Invoice Number (C) Invoice Date (D) Due Date (E) Invoice Amount (F) Non -Participating Costs (G) AIP Eligible Costs (H) Grant Budget (1) AIP Share 1. Administration (Advertisements) $ S $ Milk iiIt, :I'tl Pill t E $ S $ $ $ $ Totals for 1. Administration (Advertisements) $ - $ - $ - E 2,000.00 2. Preliminary Expense (Conceptual Planning, On -Cali) Garver (Project Formulation) 15041210-8 02/17/16 03/18/16 S 1,212.00 $ $ 1,212.00 :{`tjf l'. .;�i ttit{ $ 1,090.80 Garver (Project Formulation) 15041210-9 03/04/16 04/03/16 S 300.00 $ $ 300.00 t l i ' F', t• t" ; . ({ , �I r1 �„{ It it: {( i �i (I •y (!;; 7j i(jfi I t t::ir $ 270.00 Garver (Project Formulation) 15041210-it 05/17/16 06I76116 E 462.78 $ $ 462.78 $ 416,50 Garver (Project Formulation) 15041210-14 12/05/16 01/04/17 $ 206A4 $ $ 206.14 $ 185,53 Garver (Project Fonnulation) 15041210A7 04/06/17 05/06/17 $ 360.75 $ $ 360.75 E 324.68 E S $ E Totals for 2. Preliminary Expense (Conceptual Planning, On -Call) $ 2,541.67 S - $ 2,541.67 S 3,000.00 4- Architectural Engineering Basic Fees (Design & Bidding) Garver 17041211-6 09/08/17 10/08/17 $ 3,200.00 $ $ 3,200.00 2�:;t :Exih r'i, $ 2,880.00 Garver Garver 17041211.7 1704121 1-8 10/10/17 11/28/17 11109117 12/28/17 S 3,200-00 $ 3,200.00 $ $ $ 3,200.00 $ 3,200.00 �, f 4; 1-%j� •�):4 �'(�i € ll �.1i..l. tttt.ipg I�fi l +1 :((: t tk^1� t i 1f}t• r �� ;tf $ 2,880,00 E 2,880.00 Garver 17041211-9 12/07/17 01/06/18 S 2,500.00 $ $ 2,50000 Garver 17041211.10 01/11/18 02/10/18 S 7.100.00 $ $ 7,10000 E 6.390.00 Garver 17047211-i1 02/06/18 03I08I18 $ 28,800.00 $ $ 28,80000 E 25.920.00 Garver Garver 17041211-12 17041211-13 03/06/18 04/10/18 04/05/18 05110/18 $ 21,000.00 S 10,000.00 $ $ $ 1�I $ 21I-Ldl ir�,)i ;t{ic:=till; (ii: j ; � : �.. Ii `I r`il;i� i • (;_ f t �j't'' jj )li•t.I. (•E.i,i,. i:t(FiI $ w900.00 $ 9,000.00 Garver 17041211-14 05/21118 06/20/18 $ 10,900.00 $ $ 1Il $ 9,810.00 E $ $ $lEtil Totals for 4.Architectural Engineering Basic Fees (Design & Bidding) $ 89,900.00 $ - $ 89,900.00 $ 98.000.00 5. Other Architectural Engineering Fees (PER) Garver 17041211-1 01/31/17 03/02/17 S 8,740.00 $ - S 8,740.00 " � . - - . - $ 7,1166A0 Garver 17041211-2 03/06/17 04105/17 S 4,660.00 $ $ 4,660.00 E 44194.00 Garver 17041211-3 04/06/17 05/06/17 S 31,450.00 $ $ 31,450.00 $ 28,305.00 Garver 17041211.4 05/03/17 06/02117 S 1,650.00 S - $ 1,650.00-" $ 1,485,00 Garver 17041211-5 06/08/17 07/08/17 $ 3,300.00 S $ 3,300,00 $ 2,970.00 Garver 17041211-15 06112/18 07/12/18 E 4,500.00 $ $ 4,500.00 - -, $ 4.050.00 Garver 17041211-16 07/11/18 1 08/10/18 $ 1,800.00 S $ 1'ouu.W $ 1,620.00 Garver 17041211-17 08/10/18 1 09/09/18 S 1,350.00 $ $ 1,350.00 E 1,215.00 Garver 17041211-18 09/17/18 10/17/18 $ 450.00 $ - $ 450.00 E 405.E Totals for 5. Other Architectural Engineering Fees (PER) $ 57,900.00 $ S 57,900.00 $ 49,800.00 TOTAL PROJECT BUDGET S 152,600.00 GRANT AMOUNT S 137,520.00 PERCENT COMPLETE 98-A TOTAL REIMBURSEMENTS TO DATE S 135,307,00 PREVIOUS REIMBURSEMENTS S 128,017.00 AMOUNT OF THIS REIMBURSEMENT $ 7,290.00 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 TEL 479.527.9100 _ FAX 479.527.9101 www,GarverUSA.com Summer Fallen Fayetteville - Drake Field Airport June 12, 2018 4500 S. School Avenue Project No: 17041211 Suite F Invoice No: 17041211-15 Fayetteville, Arkansas 72701 Project: Fayetteville Taxiway B Widening Professional Engineering Services through May 25, 2018 Percent Contract Total Billed Previous Current Complete Amount to Date Billings Billing Lump Sum Services Surveying 100% $6,800.00 $6,800.00 $6,800.00 $0.00 Preliminary Engineers Report 100% $33,000.00 $33,000.00 $33,000,00 $0.00 Geotechnical Investigation 100% $10,000.00 $10,000.00 $10,000.00 $0.00 Preliminary Design 100% $64,000.00 $64,000.00 $64,000.00 $0.00 Final Design 100% $25,000.00 $25,000.00 $25,000.00 $0.00 Bidding Services 60% $9,000.00 $5,400.00 $900.00 $4,500.00 Totals $147,800.00 $144,200.00 $139,700.00 $4,500.00 Authorized . Adam White PE Project Manager IN Total Amount This Invoice $4,500.00 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 TEL 479.527.9100 _ FAX 479.527.9101 www.GarverUSA.com Summer Fallen Fayetteville - Drake Field Airport July 11, 2018 4500 S. School Avenue Project No: 17041211 Suite F Invoice No: 17041211-16 Fayetteville, Arkansas 72701 Project: Fayetteville Taxiway B Widening Professional Engineering Services through June 29, 2018 Percent Contract Total Billed Previous Current Complete Amount to Date Billings Billing Lump Sum Services Surveying 100% $6,800.00 $6,800.00 $6,800.00 $0.00 Preliminary Engineers Report 100% $33,000.00 $33,000.00 $33,000,00 $0.00 Geotechnical Investigation 100% $10,000.00 $10,000.00 $10,000.00 $0.00 Preliminary Design 100% $64,000.00 $64,000.00 $64,000,00 $0.00 Final Design 100% $25,000.00 $25,000.00 $25,000.00 $0.00 Bidding Services 80% $9,000.00 $7,200.00 $5,400.00 $1,800.00 Totals $147,800.00 $146,000.00 $144,200.00 $1,800.00 Aut�orized by: Adam White PE Project Manager Total Amount This Invoice $1,800.00 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 TEL 479.527.9100 FAX 479.527.9101 www.GarverUSA.com �,LTLo O� Summer Fallen Fayetteville - Drake Field Airport August 10, 2018 4500 S. School Avenue Project No: 17041211 Suite F Invoice No: 17041211-17 Fayetteville, Arkansas 72701 Project: Fayetteville Taxiway B Widening Professional Engineering Services through July 27, 2018 Percent Contract Total Billed Previous Current Complete Amount to Date Billings Billing Lump Sum Services Surveying 100% $6,800.00 $6,800.00 $6,800.00 $0.00 Preliminary Engineers Report 100% $33,000.00 $33,000,00 $33,000.00 $0,00 Geotechnical Investigation 100% $10,000.00 $10,000.00 $10,000.00 $0.00 Preliminary Design 100% $64,000.00 $64,000.00 $64,000.00 $0.00 Final Design 100% $25,000.00 $25,000.00 $25,000.00 $0.00 Bidding Services 95% $9,000,00 $8,550.00 $7,200.00 $1,350.00 Totals $147,800.00 $147,350.00 $146,000.00 $1,360.00 Total Amount This Invoice $1,350.00 Authorized by: --;;_ter lr/L A11,� -- Adam White PE Project Manager 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 TEL 479.527.9100 FAX 479.527.9101 www.GarverUSA.com OCk�iVIT,0C�192 192 Summer Fallen Fayetteville - Drake Field Airport September 17, 2018 4500 S. School Avenue Project No: 17041211 Suite F Invoice No: 17041211-18 Fayetteville, Arkansas 72701 Project: Fayetteville Taxiway B Widening Professional Engineering Services through August 31, 2018 Percent Contract Total Billed Previous Current Complete Amount to Date Billings Billing Lump Sum Services Surveying 100% $6,800,00 $6,800.00 $6,800.00 $0.00 Preliminary Engineers Report 100% $33,000.00 $33,000.00 $33,000.00 $0.00 Geotechnical Investigation 100% $10,000.00 $10,000.00 $10,000.00 $0.00 Preliminary Design 100% $64,000.00 $64,000.00 $64,000.00 $0.00 Final Design 100% $25,000.00 $25,000.00 $25,000.00 $0.00 Bidding Services 100% $9,000.00, $9,000.00 $8,550.00 $450.00 Totals $147,800.00 $147,800.00 $147,350.00 $450.00 Total Amount This Invoice $450.00 Authorized by: Adam White PE Project Manager CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHABILITATION (DESIGN ONLY) FINAL BUDGET ADMINISTRATION EXPENSE PRELIMINARY EXPENSE $2,541.67 ARCHITECTURAL ENGINEERING BASIC FEES Preliminary Design $64,000.00 Final Design $25,000.00 Bidding $9,000.00 TOTAL ARCHITECTURAL ENGINEERING BASIC FEES $98,000.00 OTHER ARCHITECTURAL ENGINEERING FEES Preliminary Engineers Report $33,000.00 Geotechnical Investigation $110,000.00 Surveying $6,800.00 TOTAL OTHER ARCHITECTURAL ENGINEERING FEES $49,800.00 PROJECT FUNDING Federal Aviation Administration AIP (90%) $135,307.00 Arkansas Department of Aeronautics (10%) $15,034.67 TOTAL FUNDING $150,341.67 OUTLAY REPORT AND REQUEST FOR REIMBURSEMENT FOR CONSTRUCTION PROGRAMS 3. FEDERAL SPONSORING AGENCY AND ORGANIZATIONAL ELEMENT TO WHICH THIS REPORT IS SUBMITTED FAA 1. TYPE OF REQUEST ® FINAL ❑ PARTIAL OMB Number: 4040-0011 Expiration Date: 01/31/2019 2. BASIS OF REQUEST ® CASH ❑ ACCRUAL 4. FEDERAL GRANT OR OTHER IDENTIFYING NUMBER ASSIGNED BY FEDERAL AGENCY AIP 3-05-0020-044-2017 5. PARTIAL PAYMENT REQUEST 6, EMPLOYER IDENTIFICATION 7. FINANCIAL ASSISTANCE NUMBER FOR THIS REQUEST NUMBER IDENTIFICATION NUMBER FINAL ?1-6018462 PERIOD COVERED BY THIS REQUEST From: 07/O1/201? To: 08/03/2018 9. RECIPIENT ORGANIZATION Name: ICITY OF FAYETTEVILLE Streetl: 4500 S SCHOOL AVENUE Street2: SUITE F City: FAYETTEVILLE County: WASHINGTON State: AR: Arkansas Province: Country: USA: UNITED STATES ZIP / Postal Code: 72701-8016 10. PAYEE (Where check is to be sent if different than item 9) Name: Streetl : Street2: City: County: State: Province: Country: ZIP / Postal Code: 11. STATUS OF FUNDS CLASSIFICATION PROGRAMS FUNCTIONS ACTIVITIES (a) (b) (c) TOTAL a. Administrative expense $ 1 $ 1 $ $ b. Preliminary expense 274 . 67 �— 2,541.671 c. Land, structures, right-of-way d. Architectural engineering basic fees 9a,000.o0 9a,000.00 e. Other architectural engineering fees 49,800,700 �— 49, 800. 00 f. Project inspection fees g. Land development I �� h. Relocation expense i. Relocation payments to individuals and businesses j. Demolition and removal k. Construction and project improvement cost I. Equipment m. Miscellaneous cost n. Total cumulative to date (sum of lines a thru m) 150,391.67 150,341.67 o. Deductions for program income p. Net cumulative to date (line n minus line o) 1so, 391 , 67 150, 341.67 q. Federal share to date r. Rehabilitation grants (100% reimbursement) S. Total Federal share (sum of lines q and r) I. Federal payments previously requested 129,017.00 1 126,017.00 u. Amount requested for reimbursement $ 7, z90 . ao $ $ ��-----� v. Percentage of physical completion of project 1 100.00 % �% % 1ao. o0 ofo 12. CERTIFICATION I certify that to the best of my knowledge and belief the billed costs or disbursements are in accordance with the terms of the project and that the reimbursement represents the Federal share due which has not been previously requested and that an inspection has been performed and all work is in accordance with the terms of the award. RECIPIENT Prefix: HonorabN.a First Name: Lioneld IV Last Name: .7ordan Title: Mayor, City of Fayetteville TELEPHONE (Area code, number, and extension) 479-575-8330 b. REPRESENTATIVE CERTIFYING TO LINE 11V SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL TYPED OR PRINTED NAME AND TITLE DATE REPORT_ SUBMITTED le Name: —� Suffix: DATE SIGNED 11 /14/2018 Prefix: IMr. First Name: Ben Middle Name: Last Name: perea Suffix: PE ..__ ..._......_W Title: Project Manager TELEPHONE (Area code, number, and extension) 479-287-4629 Federal Financial Report OMB Number: 4040-0014 (Follow form Instructions) Expiration Date: 01/31/2019 1. Federal Agency and Organizational Element to Which Report is Submitted 2. Federal Grant or Other Identifying Number Assigned by Federal Agency (To report multiple grants, use FFR Attachment) AIP 3-05-0020-044-2017 FAA 3. Recipient Organization (Name and complete address including Zip code) Recipient Organization Name: City of Fayetteville Streetl: 4500 S School Avenue Street2: Suite F City Fayetteville County: Washington State: AR: Arkansas Province: Country: USA: UNITED STATES ZIP! Postal Code: 72701-8016 4a DUNS Number 1343989030000 4b. EIN 5. Recipient Account Number or Identifying Number (To report multiple grants, use FFR Attachment) 71-6018462 6. Report Type Quarterly Semi -Annual Annual ® Final 7. Basis of Accounting ® Cash Accrual 6. Project/Grant Period From: To: 9. Reporting Period End Date 08/03/2018 07/O1/2017 08/03/2018 10. Transactions Cumulative (Use lines a-c for single or multiple grant reporting) Federal Cash (To report multiple grants, also use FFR attachment): a. Casts Receipts 0.00 b. Cash Disbursements 0.00 c. Cash on Hand (line a minus b) -- 0.001 (Use lines d-o for single grant reporting) Federal Expenditures and Unobligated Balance: d. Total Federal funds authorized 137, 520.00 e. Federal share of expenditures 135, 307.00 f. Federal share of unliquidated obligations 1 0.001 g. Total Federal share (sum of lines a and f) F 135, 307.00 h. Unobligated balance of Federal Funds (line d minus g) 2,213.001 Recipient Share: i. Total recipient share required 15,034.671 j. Recipient share of expenditures 15,034.6j k. Remaining recipient share to be provided (line i minus j) 0.00 Program income: I. Total Federal program income earned -------0.00 m. Program Income expended in accordance with the deduction alternative 0.00 n. Program Income expended in accordance with the addition alternative 0.00 o. Unexpended program income (line I minus line m or line n) �— 0.00 11. Indirect Expense a. Type b. Rate c. Period From Period To d. Base e. Amount f. Federal Share Charged g. Totals: 12. Remarks: Attach any explanations deemed necessary or information required by Federal sponsoring agency in compliance with governing legislation: Add Attachment I I Delete Attachment I View Attachment 13. Certification: By signing this report, I certify that it is true, complete, and accurate to the best of my knowledge. I am aware that any false, fictitious, or fraudulent information may subject me to criminal, civil or administrative penalties. (U.S. Code, Title 18, section 1001) a. Name and Title of Authorized Certifying Official Prefix: Honorable First Name: Lioneld 7:771Middle Name: Last Name: Jordan Suffix: Title: Mayor, ty of etteville b. Signature of Auth ri ed Certifying 6ficial c. Telephone (Area code, number and extension) 479-575-8330 r d. Email Address e. Date Report Submitted 14. Agency use only:, I ijordan@fayett vide- .gov Standard Form 425 , ! ".;ER ►i CITY OF FAYETTEVILLE ARKANSAS November 19, 2018 Jerry Chism Arkansas Department of Aeronautics 2315 Crip Drive Hangar 8 Little Rock, AR 72202 Re: Fayetteville — Drake Field FYV Taxiway B Widening and Rehabilitation (Design Only) Application for Airport Aid Dear Mr. Chism: The City of Fayetteville appreciates the continued partnership of the Arkansas Department of Aeronautics in improving Fayetteville- Drake Field. In continuation of this partnership, we are pleased to submit to you this enclosed application for state airport aid. Within the past year Fayetteville — Drake Field has utilized an FAA AIP grant to develop the design of construction plans and specifications for a widening and rehabilitation of Taxiway B. The project will help improve airport safety by mitigating the number of runway incursions with larger aircraft having to cross Runway 16-34 at the midfield to access the Runway 16 threshold. The widening and rehabilitation of the existing taxiway will allow the larger aircraft to use cockpit -over -centerline steering through the turn to reach the Runway 16 threshold. We respectfully request consideration of this matching grant for the amount of $15,034.67 (10% match of the FAA grant amount) on the upcoming agenda. We greatly appreciate your consideration of this grant. Please call me or Ben Perea with Garver if you have any questions or comments. S i ncerody, --A, 4- Mr. Lioneld �oyQan Mayor �/ City of Fayetteville Attachments: State Airport Aid Application Form SF-271 Layout Plan Executed Grant Agreement Cc: Ben Perea, Garver Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 State Airport Aid Application — Page 1 The City/Ceta "f Fayetteville , herein called "Sponsor", hereby makes application to the Arkansas Department of Aeronautics for State funds pursuant to Act 733 of 1977, for the purpose of aiding in financing a project for the development of a municipal airport located in the city of Fayetteville Arkansas, Washington county. Date of Request: October 19, 2018 Name of Airport: Fayetteville — Drake Field (E)M Name and address of City/tCommission sponsoring request: City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Phone Number: 479-575-8330 Fax Number: 479-585-8257 Name and address of Engineering Firm (if applicable): Garver 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 Person to Contact about project: Summer Fallen, Airport Services Manager City of Fayetteville Fayetteville, AR 72701 Phone Number: 479-718-7642 Cell Number: Fax Number: 479-718-7646 Contact Person: Ben Perea Phone/Fax Number: 479-527-9100 Describe the work to be accomplished: The project included developing a design of construction plans and specifications for a widening and rehabilitation of Taxiway B. The new taxiway will improve airport safety by mitigating the number of runway incursions with larger aircraft having to cross Runway 16-34 at the midfield to access the Runway 16 threshold. The widening and rehabilitation of the existing taxiway will allow larger aircraft to use cockpit -over -centerline steeringthrough the turn to reach the Runway 16 threshold. State and Local Project Costs: Please indicate: O 50-50% Match O 80-20% Match O 90-10% Match O 100% Federal AIP Projects: AIP Number: 3-05-0020-'044-2017 O 95-5% Match ♦ 90-10% Match Total Cost of Project: Total Cost of Project Local Share/Funds: Federal Share: Local Share/In-Kind: State Share: State Share: Local Share: $150,341.67 $135,307.00 $15,034.67 $0.00 1.1.14 ..—.e Airport Aid Application — Pag_ _ Provide the information listed below as it applies to your project: Funding: Source of Funds: FAA (90%) Arkansas Department of Aeronautics (10%) Source of In -Kind Services: N/A Estimated starting date of project: July 2017 Estimated completion date of project: October 2018 Project will be fore: New Airport Existing Airport Is land to be leased or purchased? N/A Description of land and cost per acre: N/A Provide the Federal AIP Grant Number (if applicable): N/A State Legislators for your area: State Senator: Uvalde Lindsey State Representative: Charlie Collins 1-1-14 ....e Airport Aid Application — Pag_ The sponsor agrees to furnish the Arkansas Department of Aeronautics a copy of the legal instrument affecting use of the property for an airport. In application for a new landing site or expansion of existing facility, the FAA Forth 7480-1, Notice of Landing Area Proposal, must be approved by the FAA before review for grant can be made by the State. Applications for hangar construction or renovation funds must include a signed lease agreement. This agreement must be in compliance with all FAA grant assurances. The application must be based on bids and include a calculated return on investment. No land, hangars, or buildings purchased with State Grant funds may be sold or disposed of without State Aeronautics Commission prior approval. All requests for sale or disposal of property will be considered on an individual case basis. No hangar (funded by a grant from the Department of Aeronautics) shall be used for non -aviation purposes without State Aeronautics Commission prior approval. All requests for non -aviation use will be considered on a case -by -case basis. Failure to receive prior approval from A.D.A. concerning land and/or building use could result in the commission requesting grant refund from the Sponsor. Additionally, all hgr/building grant applications must include proof of insurance coverage. No airport accepting State Grant funding may issue an Exclusive Rights lease. All applications for navigational aids (such as NDB or ILS) must have FAA site approval before a state grant can be approved. All Grant applications involving Federal Airport Improvement Program (AIP) funding must be accompanied by the approved FAA grant agreement with grant number assigned. If this project is approved by the Arkansas Department of Aeronautics, and is accepted by the sponsor, it is agreed that all developments and construction shall meet standard. FAA construction practices as outlined in the specifications of this agreement. Runways, Taxiways, Parking Ramps, etc. shall have a base and a thickness that will accommodate the weight of aircraft expected to operate at this airport. All grant applicants (City and/or County) are totally responsible for compliance with all Federal, State, County, and City laws, Statutes, Ordinances, Rules, Regulations, and Executive Orders concerning contracts and purchases for which this grant is approved and issued. It is understood and agreed that the sponsor shall start this project immediately upon award of grant. It is also agreed that this project shall be completed within one year from the date of acceptance of this grant by the Arkansas Department of Aeronautics. Applications for extension will be entertained if circumstances beyond the sponsor's control occur. Amendment requests are to be made only under extraordinary circumstances. Funds will be disbursed according to Department procedures and final inspection of completed project (See payment instruction page). Payment of grant funds are contingent upon the Department's annual appropriation. IN WITNESS WHEREOF, the sponsor has caused this Application for State irport Aid to be duly executed in its name, this Z _ day of , 20 T ioneld Jordan N me of S 4 nsor c (17 Authorized Signature Mavor Title OUTLAY REPORT AND REQUEST FOR REIMBURSEMENT FOR CONSTRUCTION PROGRAMS 3. FEDERAL SPONSORING AGENCY AND ORGANIZATIONAL ELEMENT TO WHICH THIS REPORT IS SUBMITTED FAA 1. TYPE OF REQUEST ® FINAL PARTIAL OMB Number: 4040-0011 Expiration Date: 01/31/2019 2. BASIS OF REQUEST ® CASH ACCRUAL 4. FEDERAL GRANT OR OTHER IDENTIFYING NUMBER ASSIGNED BY FEDERAL AGENCY AIP 3-05-0020-044-2017 5. PARTIAL PAYMENT REQUEST 6. EMPLOYER IDENTIFICATION 7. FINANCIAL ASSISTANCE NUMBER FOR THIS REQUEST NUMBER IDENTIFICATION NUMBER FINAL 71-6018462 8. PERIOD COVERED BY THIS REQUEST From: 07/01t201� To: 08/03/2018 9. RECIPIENT ORGANIZATION Name: CITY OF FAYETTEVILLE Street1: 4500 S SCHOOL AVENUE Street2: SUITE F City: FAYETTEVILLE County: WASHINGTON State: AR: Arkansas Province: Country: USA: UNITED STATES ZIP / Postal Code; 72701-8016 10. PAYEE (Where check is to be sent if different than item 9) Name: Street1: Street2: City: County: State: 777 Province: Country: ZIP / Postal Code: 11. STATUS OF FUNDS CLASSIFICATION PROGRAMS FUNCTIONS ACTIVITIES (a) (b) (c) TOTAL a. Administrative expense $ 1 $ $ $ b. Preliminary expense 2, 541.67I --- 2,541.671 c. Land, structures, right-of-way d. Architectural engineering basic fees 98,0 oo 96, 000. 00 e. Other architectural engineering fees 49,aoo.00 99,800.00 f. Project inspection fees--�� g. Land development-� h. Relocation expense i. Relocation payments to individuals and businesses j. Demolition and removal—� k. Construction and project'-'--� improvement cost I. Equipment------� m. Miscellaneous cost n. Total cumulative to date (sum of lines a thru m) 150, 391.67 150, 391.67 o. Deductions for program income p. Net cumulative to date (line n minus line o) 150, 391. 67 lso, 341. 67 q. Federal share to date r. Rehabilitation grants {140°l0 reimbursement} s. Total Federal share (sum of lines q and r) I. Federal payments previously requested 128, 017. o0 128, 017.00 u. Amount requested for reimbursement $1 7,290.00 $ $ $ 7, 290.00 v. Percentage of physical completion of project '� 100. oo % % % 100. 00 % 12. CERTIFICATION I certify that to the best of my knowledge and belief the billed costs or disbursements are in accordance with the terms of the project and that the reimbursement represents the Federal share due which has not been previously requested and that an inspection has been performed and all work is in accordance with the terms of the award. a. RECIPIENT SIGNATURE OF AUTH RIZ D CERT YING CIFFICIA DATE REPORT UWITTED — TYPED OR P TED NAME AND T Prefix: Honorable Name: Lioneld Middle Name: Last Name: Jordan Suffix: _-- Title: Mayor, City of Fayetteville TELEPHONE (Area code, number, and extension) 479-575-8330 b. REPRESENTATIVE CERTIFYING TO LINE 11V SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL TYPED OR PRINTED NAME AND TITLE Prefix: Mr. First Name: Last Name: IPerea Title: Project Manager TELEPHONE (Area code, number, and extension) 479-287-4629 DATE SIGNED 11/14/2018 Middle Name: ISuffix: IPE -� q� r '•t Si ,/�a.�` {/ yy ;w , �'f,► !► « ��"Jrt1� p sjy�p�� ��' b1i•z• rx • tl1M Rtl! 7+��'yst ,.�� �''t M 1:, � tY �"; 'l ,;...r A*r }.+w �..Mt� ;x/.'1f+H,j ,.�Y.'tir. ►yF;"TMh 3. '' , 7��`* } v i ��. +� .(� v + �I r iil t ''r %N iV +k`C 'f A L !`- t t.� !'i ^7 1 r+M xrnuimsanroroww Ii• ti + 'r �j?, * T / , �{ ��. w � •'"� ' } . r V sma.woxawmma q k., t,. �, i 1 y ^ A r�Jj a r�! �,i +' i r' • i> .i +w� 1-/'� \ r � 't ♦1 .*i �.� 1•. ! 1'�tJy% �� v �•"+�, i � � �N 4r. 1",� �' � aiM'cwa.cu�xau�m .,r +►' 1 •` �� �. �„5� r y 5 .� 1. T+ ♦r ..y!sa x 4 a,��r+ 1 + "ems nosimwai t.r., {� "r If, Ta t ,�t ''k ` 7a`"�,� M �"�'.►w`y,.C' ? . . �, t �3 a310 yjja • !'! • r }J 1 r� �� "+yt •�9 'r' + J wamxM rFf% r Y r,Y r r4/ / Mu' 1, /.G` �.'.''! . *• •' > 4�r ! � �. �,. `! ck,; � Lr+- ,,. �i +1 � �n l •:. � t p�, r� �, ,�.�,' r � Yy . �., 4 �,�y'� � ,` tl/C uc �i •,�` (I l +,. >.•''� J : "i%I �' J os, .* : r• and« . + (t A ; * +i It •k. • � t�� TR T L ��y�...�r;� I xK M4� �• � • . '� ��C ����-7 ���.►�Y��s���y, r� �-1+� t�� II � V- R,r� �,. ..�j � ,. ,r.h.�; w?„f� c� r' � O .�7 FYV1 �J�ra�TafatR%i hP�/yy-.•� �L_ r TN8 SOUTH STA. 200r00.00 % 1, Y a 4 PKA"�C N0RTHING-812910,63 TERMINAL iD/J ~ m EASTINGs67068.9/ APRON �. t r00 f0a, L` TWe (OBHq n2.B0 t1BHA t20M0 }y R TWB l•1 T ppyp A SWBNORTH 5TA 100,90,00 $ LL 22 NORTHIN0-616102,50 z u + + ry F EASTING•669986.77 F PHASEB E a,. RUN}7AY 1114 O 2 1 F TWBSOUTN ST0.206+09.19 Y F 1 NORTHING=612638.12 F TWBNORTH STA. 123*55.10 f EASHNG=671026AS t TWA NOgTHINGr818508.14 EASTtNG+8700id.44 ' F TWO si I !`. ~ } + •, 1�, ` �,'p 0.i.._. ' i ,i '9" + + n PAY It FOREST SERVICE W Pr 4 All zo o r• �' C , ` �'l ! Y R / i "�+w� "^� Z 4.6MI W a ++r Jo L SURVEY CONTROL DATA POINTNO, NORTHING EASTWG ELEVATION DESCRIPTION FYVI 615100.49 670006,61 1243,80 AIDS FYV2 616338.51 6699IN 1249.21 NOS T310 816918.06 669385.14 Into NOS ELEV DOES NOT CHECK VERY WELL 1510 111541,44 669080.83 1247.73 ADS BASIS OF ELEVATION ITEMS OF WORK ®WORK ITEMS IN THE BASE BID INCLUDE BUT ARE NOT LIMITED TO THE FOLLOWING 1. INSTALL BARRICADES AND INSTALL EROSION CONTROL pEVICES. 2. REMOVE EXISTING ASPHALT TAXIWAY PAVEMENT, EDGE LIGHTS, DRAINAGE INLETS, PAVEMENT MARKINGS AND DISPOSE AS DESCRIBED IN THE PLANS. 3. INSTALL TEMPORARY PAVEMENT MARKINGS 4. CONSTRUCT PROPOSED ASPHALT TAXIWAY PAVEMENT SECTIONS. 6. CONSTRUCT PROPOSED ORANAGE AND GRADING, 8. CONSTRUCT PROPOSED UGHTING SYSTEM AND SIGNAGE. 7, CONSTRUCT PROPOSED PAVEMENT MAWONGS. WORK ITEMS FOR DEDUCTIVE ALTERNATE 1 INCLUDE BUT ARE NOT LIMITED TO THE FOLLOWING: 1. INSTALL BARRICADES AND INSTALL EROSION CONTROL DEVICES. 2, REMOVE EXISTING ASPHALT TAXIWAY PAVEMENT, EDGE LIGHTS, DRAINAGE INLETS, PAVEMENT MARKINGS AND DISPOSE AS DESCRIBED INTHE PIANS 3. INSTALL TEMPORARY PAVEMENT MARXINGS 4, CONSTRUCT PROPOSED ASPHALT TAXIWAY PAVEMENT SECTIONS. 5, CONSTRUCT PROPOSED DRAINAGE AND GRADING. 6. CONSTRUCT PROPOSED LIGHTING SYSTEM AND SIGNAGE, 7. CONSTRUCT PROPOSEO PAVEMENTMARKINGB. Q Q�W W XOZ ILI H'd DATE: DUNE ID18 DESIGNED BY; BMP DRAWN BY:PAB 3-05-0020-044-2017 U.S. Department of Transportation Federal Aviation Administration GRANT AGREEMENT PART I —OFFER Date of Offer Airport/Planning Area Drake Field RIP Grant Number 3-05-0020-044-2017 DUNS Number 134398903 TO: City of Fayetteville (herein called the "Sponsor") FROM: The United States of America(acting through -the Federal Aviation Administration, herein called the "FAA") WHERAS E,.the'S.ponsor has submitted to the FAA a Project Application dated May 30, 2017, for a grant of Federal funds for a project at or associated with the Drake Field Airport, which is included as part of this Grant Agreement; and WHEREAS, the FAA has approved a project for the Drake Field Airport (herein called the "Project") consisting of the following: Widen Taxiway (Design Only) which is more fully described in the Project Application. NOW THEREFORE, According to the applicable provisions of the former Federal Aviation Act of 1958, as amended and recodified; 49 U.S.C. § 40101, et seq., and the former Airport and Airway Improvement Act of 19$2 (AAIA), as amended and recodified; 49 U.S.C. § 47101, et seq., ,(herein the AAIA grant statute is referred to as "the Act"), the representations contained in the Project Application, and in consideration of (a) the Sponsor's adoption and ratification of the Grant Assurances dated March 2014,and the Sponsor's acceptance of this Offer; and, (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the Grant Assurances and conditions as herein provided. THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay ninety (90) percent of the allowable costs incurred accomplishing the Project as the United States share of the Project. This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: CONDITIONS 1. Maximum'Oblieation. The maximum obligation of the United States payable under this Offer is $137,520. The following amounts represent a breakdown of the maximum obligation for the purpose of establishing allowable amounts for any future grant amendment, which may increase the foregoing maximum 3 - 0 5 - 0 0 2 0 - 0 4 4 - 2 0 1 7 obligation of the United States under the provisions of 49 U.S.C. § 47108(b): $0 for planning $137,520 airport development or noise program implementation; and, $0 for land acquisition. 2. Period of Performance. The period of performance begins on the date the Sponsor formally accepts this agreement. Unless explicitly stated otherwise in an amendment from the FAA, the end date of the period of performance is 4years (1,460 calendar days) from the date of formal grant acceptance by the Sponsor. The Sponsor may only charge allowable costs for obligations incurred prior to the end date of the period of performance (2 CFR §200.309). Unless the FAA authorizes a written extension, the sponsor must submit all project closeout documentation and liquidate (pay off) all obligations incurred under this award no later than 90 calendar days after the end date of the period of performance (2 CFR §200.343). The period of performance end date does not relieve or reduce Sponsor obligations and assurances that extend beyond the closeout of a grant agreement. 3. Ineligible or Unallowable Costs. The Sponsor must not include any costs in the project that the FAA has determined to be ineligible or unallowable. 4. Indirect Costs --Sponsor. Sponsor may charge indirect costs under this award by applying the indirect cost rate identified in the project application as accepted by the FAA, to allowable costs for Sponsor direct salaries and wages. 5. Determinine the Final Federal Share of Costs. The United States' share of allowable project costs will be made in accordance with the regulations, policies, and procedures of the Secretary. 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. 6. Completing the Proiect Without Delay and in Conformance with Requirements. The Sponsor must carry out and complete the project without undue delays and in accordance with this agreement, and the regulations, policies, and procedures of the Secretary. The Sponsor also agrees to comply with the assurances which are part of this agreement. 7. Amendments or Withdrawals before Grant Acceptance. The FAA reserves the. right to amend or withdraw this offer at any time prior to its acceptance by the Sponsor. S. Offer Expiration Date. This offer will expire and the United States will 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 July 28, 2017, or such subsequent date as may be prescribed in writing by the FAA. 9. Improper Use of Federal Funds. The Sponsor must 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 for 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 dispersed by the Sponsor, that were originally paid pursuant to this or any other Federal grant agreement. The Sponsor must obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. The Sponsor must return the recovered Federal share, including funds recovered by settlement, order, or judgment, to the Secretary. The Sponsor must furnish to the Secretary, upon request, all documents and records pertaining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the Sponsor, in court or otherwise, involving the recovery of such Federal share require advance approval by the Secretary. 3-05-0020-044-2017 10. united States Not Liable for Darna>?e or lniurv. The United States is not responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 11. System for Award Management iSAMI Registration And Universal Identifier. A. Requirement for System for Award Management (SAM): Unless the Sponsor is exempted from this requirement under 2 CFR 25.110, the Sponsor must maintain the currency of its information in the SAM until the Sponsor submits the final financial report required under this grant, or receives the final payment, whichever is later. This requires that the Sponsor review and update the information at least annually after the initial registration and more frequently if required by changes in information or another award term. Additional information about registration procedures may be found at the SAM website (currently at http:/Iwww.sam.gov).. B. Data Universal Numbering System: DUNS number means the nine -digit number established and assigned by Dun and Bradstreet, Inc. (D & B) to uniquely identify business entities. A DUNS number may be obtained from D & B by telephone (currently 866-705-5771) or on the web (currently at htto-//f.edgov:dnb.com/­webfq[ML 12. Electronic Grant Pavrnent(s). Unless otherwise directed by the FAA, the Sponsor must make each payment request under this agreement electronically via the Delphi elnvoicing System for Department of Transportation (DOT) Financial Assistance Awardees. 13. Informal Letter•Amendment of AIP Projects. If, during the life of the project, the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by $25,000 or five percent (5%), whichever is greater, the FAA can issue a letter amendment to the Sponsor unilaterally reducing the maximum obligation. The FAA can also issue a letter to the Sponsor increasing the maximum obligation if there is an overrun in the total actual eligible and allowable project costs to coyer the amount of -the overrun provided it will not exceed the statutory limitations for grant amendments. The FAA's authority to increase the maximum obligation does not apply to the "planning" component of condition No. 1. The FAA can also issue an informal letter amendment that modifies the grant description to correct administrative errors or to delete work items if the FAA finds it advantageous and in the best interests of the United States. An informal letter amendment has the same force and effect as a formal grant amendment. 14. Airand Water Quality. The Sponsor is required to comply with all applicable air and water quality .standards for all projects in this grant. If the Sponsor fails to comply with this requirement, the FAA may suspend, cancel, or terminate this agreement. 15. Financial Reportini; and Payment Requirements. The Sponsor will comply with all federal financial reporting requirements and payment requirements, including submittal of timely and accurate reports. 16. Buv Amerlcan. Unless otherwise approved in advance 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 which funds are provided under this grant. The Sponsor will include a provision implementing Buy American in every contract. 17. Maximum Obligation Increase For Nonprimary Airports.]n accordance with 49 U.S.C. § 47108(b), as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer: A. May not be increased for a planning project,- B. May be increased by not more than 15 percent for development projects; 3-05-0020-044-2017 C. May be increased by not more than 15 percent or by an amount not to exceed 25 percent of the total increase in allowable costs attributable to the acquisition of land or interests in land, whichever is greater, based on current credible appraisals or a court award in a condemnation proceeding. 18. Audits for Public Sponsors. The Sponsor must provide for a Single Audit or program specific audit in accordance with 2 CFR part 200. The Sponsor must submit the audit reporting package to the Federal Audit Clearinghouse on the Federal Audit Clearinghouse's Internet Data Entry System at http://harvester.census.govlfacweb/. Provide one copy of the completed audit to the FAA if requested. 19. Suspension or Debarment. When entering into a "covered transaction" as defined by 2 CFR §180.200, the Sponsor must: A. Verify the non-federal entity is eligible to participate in this Federal program by: 1. Checking the excluded parties list system (EPLS) as maintained within the System for Award Management (SAM) to determine if the non-federal entity is excluded or disqualified; or 2. Collecting a certification statement from the non-federal entity attesting they are not excluded or disqualified from participating; or 3. Adding a clause or condition to covered transactions attesting individual or firm are not excluded or disqualified from participating. B. Require prime contractors to comply with 2 CFR §180.330 when entering into lower -tier transactions (e.g. Sub -contracts). C. Immediately disclose to the FAA whenever the Sponsor (1) learns they have entered into a covered transaction with an ineligible entity or (2) suspends or debars a contractor, person, or entity. 20. San on Testing While Driving. A. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, the Sponsor is encouraged to: 1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving when performing any work for, or on behalf of, the Federal government, including work relating to a grant or subgrant. 2. Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as: a. Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and b. Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. B. The Sponsor must insert the substance of this clause on banning texting while driving in all subgrants, contracts and subcontracts. 21. AIP Funded Work Included in a PFC Application. Within 90 days of acceptance of this award, Sponsor must submit to the Federal Aviation Administration - an amendment to any approved Passenger Facility Charge (PFC) application that contains an approved PFC project also covered under this grant award. The airport sponsor may riot make any expenditure under this award until project work addressed under this award is removed from an approved PFC application by amendment. 3 - 0 5 - 0 0 2 0 - 0 4 4 - 2 0 1 7 22. Exhibit"A" Property Map. The Exhibit "A" Property Map dated July 01, 2017, is incorporated herein by reference or is submitted with the project application and made part of this grant agreement. 23. Emplovee Protection'from Reprisal. A. Prohibition of Reprisals- 1. In accordance with 41 U.S.C. § 4712, an employee of a grantee or subgrantee may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing to a person or body described in sub -paragraph (A)(2), information that the employee reasonably believes is evidence of: i. Gross mismanagement of a Federal grant; ii. Gross waste of Federal funds; iii. An abuse of authority relating to implementation or use of Federal funds; iv. A substantial and specific danger to public health or safety; or V. A violation of law, rule, or regulation related to a Federal grant. 2. Persons and bodies covered: The persons and bodies to which a disclosure by an employee is covered are as follows: i. A member of Congress or a representative of a committee of Congress; H. An Inspector General; Hi. The Government Accountability Office; iv. A Federal .office or employee responsible for oversight of a grant program; V. A court or grand jury; %i. A management office of the grantee or subgrantee; or vii. A Federal or State regulatory enforcement agency. 3. Submission of Complaint — A person who believes that they have been subjected to a reprisal prohibited by paragraph A of this grant term may submit a complaint regarding the reprisal to the Office of Inspector General (OIG) for the U.S. Department of Transportation. 4. Time Limitation for Submittal of a Complaint - A complaint may not be brought under this subsection more than three years after the date on which the alleged reprisal took place. 5. Required Actions of the Inspector General —Actions, limitations and exceptions of the Inspector General's office are established under 41 U.S.C. § 4712(b) 6. Assumption of Rights to Civil Remedy - Upon receipt of an explanation of a decision not to conduct or continue an investigation by the Office of Inspector General, the person submitting a complaint assumes the right to a civil remedy under4l U.S.C. § 4712(c). 24. Desi>n Grant. This grant agreement is being issued in order to complete the design of the project. The Sponsor understands and agrees that within 2 years after the design is completed that the Sponsor will accept, subject to the availability of the amount of federal funding identified in the -Airport Capital Improvement Plan (ACIP), a grant to complete the construction of the project in order to provide a useful and useable unit of work. The Sponsor also understands that if the FAA has provided'federal funding to complete the design for the project, and the Sponsor has not completed the design within four (4) years from':the execution of this grant agreement, the FAA may suspend or terminate grants related to the design. 3-05-0020-044-2017 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act, constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERALAAVI90N ADMINISTRATIO Glenn A. Boles Manager, Arkansas/ Oklahoma Airports District Office 6 3 - 0 5 - 0 0 2 0 - 0 4 4 - 2 0 1 7 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. I. declare under pe Ity of perjury that the foregoing is true and correct.' Executed this_ day of 3id By (Typed Nome oj5ponsor s Authorized Official) Title: (Title 8f SAnsor'SAuthorized official CERTIFICATE OF SPONSOR'S ATTORNEY acting as Attorney for the Sponsor do hereby certify: That in my opinion the, Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of k-anra/. Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated ad ( 3 V-11. /'~ .(location) this day of �� Zt-) 17 LBy: {:S7i3r1otute0 _ ~ n y 'Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C. Section 1001 (False Statements) and could subject you to fines, imprisonment, or both. 7 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 185-18 File Number: 2018-0419 TAXIWAY B REHAB GRANT APPLICATIONS: A RESOLUTION TO AUTHORIZE APPLICATIONS FOR TWO FEDERAL AVIATION ADMINISTRATION 90/10 GRANTS FOR COMPLETION OF CONSTRUCTION PHASE SERVICES AND PROJECT CLOSEOUT ASSOCIATED WITH THE TAXIWAY B WIDENING AND REHABILITATION PROJECT IN THE ALTERNATIVE AMOUNTS OF $2,072,169.00 AND $1,652,878,00, AND TO AUTHORIZE MAYOR JORDAN TO EXECUTE THE GRANT AGREEMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to submit applications for two Federal Aviation Administration 90/10 Grants for completion of construction phase services and project closeout associated with the Taxiway B Widening and Rehabilitation Project the alternative amounts of $2,072,169.00, based on the full project cost, and $1,652,878.00, based on the full project cost with deductive alternates, and further authorizes Mayor Jordan to execute the grant agreement when received. PASSED and APPROVED on 8/21/2018 Attest: ...9 Sondra E. Smith, City Clerk Page 1 Printed on 8122118 113 West Mountain Street Fayetteville, AR 72701 (479) 575-n23 Resolution: 230-18 File Number: 2018-0597 BID #18-43 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID #18-43 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. FOR CONSTRUCTION OF THE TAXIWAY B WIDENING AND REHABILITATION PROJECT, TO APPROVE CHANGE ORDER NO. I TO THE CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. TO REFLECT THE REMOVAL OF THE DEDUCTIVE ALTERNATIVE FROM THE CONTRACT AND REDUCE THE TOTAL CONTRACT COST TO $1,694,292.00, TO AUTHORIZE TASK ORDER NO. 11 WITH GARVER, LLC IN THE AMOUNT OF $ 147, 500.00 FOR CONSTRUCTION ADMINISTRATION, CONSTRUCTION OBSERVATION, MATERIALS. TESTING, AND CLOSEOUT SERVICES, AND TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING FEDERAL AVIATION ADMINISTRATION 90/10 GRANT FUNDS - BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #18-43 and authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. for construction of the Taxiway B Widening and Rehabilitation Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Change Order No. 1 to the contract with Benchmark Construction of NWA, Inc. to reflect removal of the deductive alternative from the contract and reduce the total contract cost to $1,694,292.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Task Order No. 11 with Garver, LLC in the amount of $147,500.00 for construction administration, construction observation, materials testing, and closeout services for the Taxiway B Page 1 Printed on 11/9/18 Resolution: 230-18 Me Number. 2018-0597 Widening and Rehabilitation Project. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 11/8/2018 Approved: Liorield'' Attest: Sondra E. Smith, City C11 Page 2 Pdnted on IIA118 a 3a -l8 00cI IIIIIII IIIIII III IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIII IIII KindI ERFORMANCE68005 Type: LIE Recorded:ND Fee Amt: 12/23/2018 at 01.49:58 PM i Washinptonn Coun Page 1 of 5 ! Kyle Sylvester Circuit clerk 010720 - PAYMENT BOND FileB035­00000/ G 9 i I 1. NOTIFICATION The Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in the Bond Certificate) of claims, demands, liens, or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, and tendered defense of such claims, demands, liens, or suits to the Contractor and the Surety. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. When the Owner has made notification, the Surety shall promptly and at the Surety's expense defend, indemnify, and hold harmless the Owner against a duly tendered claim, demand, lien, or suit. The Surety's obligations to a Claimant under this Bond shall arise after Claimants have furnished a written notice of non-payment to the Contractor, Surety, or Owner, stating with substantial accuracy the amount claimed and the name of the party to whom the materials, labor, or equipment was furnished or supplied. It is sufficient if a notice of non-payment is given to the Contractor by the Owner. 2. SURETY'S OBLIGATION When a Claimant has satisfied the conditions of Paragraph 1, the Surety shall promptly and at the Surety's expense take the following actions: 2.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and 2.2 Pay or arrange for payment of any undisputed amounts. 2.3 The Surety's failure to discharge its obligations under Paragraph 2.1 or 2.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Paragraph 2.1 or 2.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. 3. DEDICATION OF BOND FUNDS Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds eamed by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. FYV Taxiway B Widening and Rehabilitation 010720-1 Garver Project No. 17041211 ` 4. OTHER OBLIGATIONS The Surety shall not be liable to the Owner, Claimants, or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses.of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on behalf of Claimants, or otherwise have any obligations to Claimants under this Bond. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 6. STATUTORY REQUIREMENTS When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereto and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 1211 PAYMENT BOND CERTIFICATE KNOW ALL MEN BY THESE PRESENTS: THAT WE, Benchmark Construction of NWA, INC. as Principal, hereinafter caned "Principal", and Westfield Insurance Company, P.O. Box 5001 Westfield Center Ohio - — State of - - , as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", in the amount of: One Million Six Hundred Ninety Four Thousand Two Hundred Ninety Two and no1100ths Dollars;(.$- _ !- - - -----0 } 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 November , 20 18 , a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "FYV Taxiway B Widening and Rehabilitation" 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. This bond is executed pursuant to the terms of Arkansas Code Annotated §§ 18-44-501 et. Seq., as amended. Executed on this 9th day of November 20 18 FYV Taxiway B Widening and Rehabilitation 010720-3 Garver Project No. 17041211 SEAL Principal: Benchmark Construction of NWA, Inc. Signature GPM CIA, O_F�_ Print Name and 7-1fle . SEAL I Surety: Westfield Insurance Company BY: Attorney- -Fact - Signatuld Mary Ann Justice, Attorney -In -Fact Attorney -in -Fact - Print Name and Title I Westfield Center, Ohio 44251-5001 Surety Addr6ss for giving Notices 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. FYV Taxiway B Widening and Rehabilitation 010720-5 Garver Project No. 17041211 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 12/08117, FOR ANY PERSON OR PERSONS NAMED BELOW, General POWER NO. 0320052 04 Power Westfield Insurance Co, of Attorney Westfield National Insurance Co, CERTIFIED COPY Ohio Farmers Insurance Co, Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company' and collectively as 'Companies,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, SCOTT WHITTENBERG, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other Instruments or contracts of suretyship- - . . . . - - - - • - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE =100nW, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be it Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and In the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and ,all notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary' 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 08th day of DECEMBER A.D., 2017 . Corporateaannr.v.., a„pu, +�YN�' qNA "'�; WESTFIELD INSURANCE COMPANY ,tit/p$`�,� �C%,.....t!N G. . , ` �• Affixed v •w. `,' ;S a ��� WESTFIELD NATIONAL INSURANCE COMPANY �rf ��o Z 0 A 4 OHIO FARMERS INSURANCE COMPANY .� �7til7tl.� r Z c SEAL m_` "o� 1848 State of Ohio ""� •,k+• " """•t��•"' By: yDennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 08th day of DECEMBER A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above Instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seat �+� ,,••�"""+^'l o "' Affixed '�p11i tl s r • David A. Kotnik, Attorney at Law, Notary Public State of Ohio %A O My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.. X.,•.q wT@ o F V,''- I'll I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. in .Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 9th day of Noiember-w! -, 2018 ...:....:..... . w,,, j' i SE.F�L '-- � c SE AL ' C,hARTiq� r( y ^ y.- . n ` Secretary •��; ^� : o,, `1848: = Frank A. Carrino, Secretary '"+»,rk ta.a..aaa` gq,ii,auaaa•''" BPOAC2 (combined) (06-02) '1.. ' f� "',r r i f �� � ,_. .,-2'-�z 010700 - PERFORMANCE BOND 1„ NOTIFICATION The Surety's obligation under this Bond shall arise after. Doc ID: 018361460005 Type: LIE Kind: PERFORMANCE BOND Fee RecoAmt: $35.00/Pape I o41549:58 PM j Washington County, AR Kyle Sylvester Circuit ( Clerk ((�� FileBO35"� 0000V72�/ 1.1 The Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Default. Such notice shall indicate that the Owner is requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor's performance. Unless the Owner agrees otherwise, any conference requested under this Paragraph shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor, and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; 1.2 The Owner declares a Default, terminates the Construction Contract and notifies the Surety. Notice to the Surety, the Owner, or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Failure on the part of the Owner to comply with the notice requirement shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. 2. SURETY'S ACTIONS When the Owner has satisfied the conditions of Paragraph 1, the Surety shall promptly and at the Surety's expense take one of the following actions: 2.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; 2.2 Undertake to perform and complete the Construction Contract itself, through its mutually acceptable agents or independent contractors; 2.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 3 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or 2.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 2.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or 2.4.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. FYV Taxiway B Widening and Rehabilitation 010700-1 Garver Project No. 17041211 SURETY OBLIGATIONS If the Surety elects to act under Paragraph 2.1, 2.2, or 2.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication for: 3.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 3.2 additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 2; and 3.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 4. SURETY DEFAULT If the Surety does not proceed as provided in Paragraph 2 with reasonable promptness, the Surety shall be deemed to be in default on this Bond ten days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Paragraph 2.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. � UkraTOT #am7,1 :, Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be applicable. 6. STATUTORY REQUIREMENTS When this Bond has been fumished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereto and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. FYV Taxiway B Widening and Rehabilitation 010700-2 Garver Project No. 17041211 Bond #9878365 PERFORMANCE BOND CERTIFICATE KNOW ALL MEN BY THESE PRESENTS: THAT WE, Benchmark Construction of NWA, Inc. -- - ---_ -- - as Principal, hereinafter called "Principal", and . Westfield Insurance Company P. O. Box 5001 Westfield Center Ohio _ . _ - -_ as - — State of. Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", In the amount of: One Million Six Hundred Ninety Four Thousand Two Hundred Ninety Two and no/ 100ths Dollars; ($ 1,694,292.00 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 intp a Contract with the Owner by written agreement dated the 9th day of November , 24 18 , a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "FYV Taxiway B Widening and Rehabilitation" NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract, including without limitation the maintenance warranty thereof, 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. This bond is executed pursuant to the terms of Arkansas Code Annotated §§ 18-44-501 et. Seq., as amended. Executed on this 9th day of November 20 18 FYV Taxiway B Widening and Rehabilitation 010700-3 Garver Project No. 17041211 SEAL Principal:: Benchmark Construction of NWA, Inc. By:.. Signature Print Name and Title SEAL Surety: Westfield Insurance Company By: 1 Y YLStj..V-- - Attome - -Fact - SigrwUre Mary Ann Justice,. Attorney -In -Fact: Attorney -in -Fact - Print Name and Title P. O. Box 5001 Westfield Center, OH 44251-5001 Surety Address for giving Notices - 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. FYV Taxiway B Widening and Rehabilitation 010700-5 Garver Project No. 17041211 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 12108117, FOR ANY PERSON OR PERSONS NAMED BELOW, General POWER NO. 0320052 04 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co, CERTIFIED COPY Ohio Farmers Insurance Co.. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company' and collectively as 'Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, SCOTT WHITTENBERG, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred In Its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - • - - - - - - - - - - - - - - - - - - - - - - - - - - _ .. . . . LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUA AITMTt t , OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and In the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and,ali notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be It Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 08th day of DECEMBER A.D._ 2017 _ Corporate v,SYFtk Seals r,..••••».,C Affixed �-4 w 1 SEAL State of Ohio County of Medina ss.: • .:�ptly�iM��epbt�4ae�,� J �IWVI{ Q b =o• °'�� $s :; 113413 WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY By: �?_ " Dennis P. Baus, National Surety Leader and Senior Executive On this 08th day of DECEMBER A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides In Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals or said Companies; that the seals affixed to said Instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial ,swtww,,,y Seal a �\ A L Affixed.CQ°.ti�tll/ii7•: State of Ohio County of Medina ss:: David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) 1, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are In full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 9th day of November Atlti� 2018 a0f7Aaye' _.__ gv5 ,•� _� SEEM.,? ��'�';,• x+. � sue . ::o VS* 1848 ''�; .«ar�.a'� ••••`•. ...••+'• '�'�+'•••.;';.:••'.+►ate Via, Y•`'''•,; •,,,*in,:,••`'`� "•••�iii,,,,,,,••`'• SPOAC2 (combineal) (06-02) ,- 1, l�ir+rn• t SQcr¢t'ary Frank A. Carrino, Secretary City of Fayetteville Staff Review Form 2019-0470 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Aviation Division Change Order 2 to Bid #18-43 Summer Fallen 8/1/2019 AIRPORT SERVICES (760) Submitted By Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to execute Change Order 02 to Bid 18-43 totaling -$31.05. This Change Order is due to the discovery of utilities that were not previously marked and needed to be lowered to complete the project. Budget Impact: 5550.760.3960-5314.00 Airport Account Number Fund 31704.1801 Taxiway B Widening & Rehab -Construction Project Number Budgeted Item? NA Does item have a cost? NA Budget Adjustment Attached? No Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 1, 652, 878.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # 230-18 Change Order Number: Original Contract Number: Comments: Approval Date: 8/8/19 CITY OF FAYETTEVILL.E ARKANSAS TO: Lioneld Jordan, Mayor THRU: Don Marr, Chief of Staff Staff/Contract Review Committee FROM: Summer Fallen, Airport Services Manager DATE: 8/1 /2019 SUBJECT: Bid 18-43 Change Order 02 STAFF MEMO RECOMMENDATION: Staff requests approval for the Aviation Division to execute a Change Order 02 to Bid 18-43 totaling -$31.05. This change order is due to the discovery of utilities that were not previously marked and needed to be lowered to complete the project. BACKGROUND: The airport currently has charter flights that operate at the airfield with a Boeing 737-800 and Boeing 757-200 aircraft. These aircraft cannot taxi from the terminal apron to the Runway 16 threshold without crossing the runway due to current width of Taxiway B north of Taxiway D. In addition, these aircraft cannot taxi to the Runway 34 threshold without utilizing judgmental oversteering to maneuver the final turn on the south end of Taxiway B. In an effort to provide adequate taxiway width to promote safe taxiing operations for the large charter aircraft, the airport included a taxiway widening project in their FAA Capital Improvements Plan (CIP). In addition to the widening of the taxiway, the rehabilitation of pavement adjacent to all taxiway widened as part of the project will also be included. This project was approved at the August 3, 2018 City Council Meeting. BUDGET/STAFF IMPACT: This Change Order recognizes the impact on quantities in relation to the original Bid packet, as well as a $31.05 monetary decrease. Attachments: Staff Review Form Staff Review Memo Change Order 02 Resolution 230-18 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Fc-tr:RM L:onstruction Contract Change Order Project: I Change Order No. FYV Taxiway B Widening and Rehabilitation Fayetteville- Drake Field Airport (FW) Date Prepared: . E City Of F3Y&& b Bid 18-03 •:%mver Job No. 17041211 Prepared try: Owner. Contractor: City or Fayetteville 173 W Mountain Street Bsnrrtmark Construction of NWA, Inc. Frye tev il% AR 72701 333 West Poplar Street, Suite A FsyeDeviOe. AR 72703 Description of Wgrk Mtludad in Contract Wife 11rl7, malignment, and uWlandhratOn rxfTayrway B north of T-axrwy D_ Changes and Reasons Ordered (List Individual Changes as: A. B, c, D, etc.) A concrete encased duct bank was encountered under Taxiway B while undercutting for the proposed Pavement section. The dud bank was not In a location expected for the A. runway circuit, and the runway circuit was damaged. The damage wee repaired immedletely to avoid shutting down the runway for the night A time extension of 1 calendar day was approved with this change. Multiple utility fines were encountered in the Pm)sxy vfctnay. Thew uhi lines were not located try their respective Owrxsm during dasign, nor at the ntart of canstnxtion. even after numerous Arkansas OnaCall aflompts. The Contractor utilized locate a vacuum excavator to the WAty fines and survey them for evaluation by the Er4neer. At B. aPPfoxirnai0ly Sta. 119400 to 121.00. MA* ATT lines tecto rad loweraig (Or ins corMhw&km of UV proposed Mxtway. After negotiation, a could not be price evaluated. Due to the time sensitive nature of the work and Die delay on tha project, ft Owner arstnec ed the Contractor to rwmPlats the work on a Time. MaLerials, Equipment and basis. The documentation for these costs is altached to this change order. A time extension of 6 calendar days was approved w1h, this change. Due to the lack of responsiveness try the utility owners for the work described in Change B above, the cntical path was delayed for 7 calendar days while a sdujipn n7oWd be C, evaluated by the Engineer, That total cost of the delay to the Contractor was negodato and documentation attached 10 this charge order. A time extansbn of S.CaWndnr days was approved with tits change. .._....._. D An existing duct bank was found to bo under a pavement shoudor. In lieu of boring a new duct urdet if* entire pavement width, the existing pavement was cut, the dud excavated, extended, and the trench bacldtiled. A time exlon ston of 1 calendar day was approved with this change. E. Quantity Reconciliations. This includes the reconciliatbn of Change Order 02 unit costs based on the as -bid deductive unit prices. Attachments; C7lange Ortder Support Documentation Centred Bid Item Bid Item Unit Current Contract Revised Revised Odglnal Revised Changes No. of Contract Unit Contract Unit Contract Contract Description Measure Quantity Price Ouanfitv Price Cost Cost A CO-02.01 Duct Bank Repair LS 0 $0.00 1 $4, 170.00 $0.00 $4,170.00 B. CO-02.02 Utility Investigations and Line LS Lowering (f/MIE) 0 $0.00 1 $67,828.00 $0.130 $67,828.00 C. CO-02.03 Work suspension for Delay In utility LS Investigations 0 $0.00 1 $29,432,00 $0.00 $29,432.00 D. CO-02.04 Duct Extension (Under Pavement) LS 0 $0.00 1 $1.145.00 $0.00 $1,145.00 E. P-152-4.1 Unclassified Excavation CY 3.400 $23.38 2,810 $23.38 S79,492.00 $65.697.80 E,. P-152-42 Unsuitable Excavation CY 4,030 $45.79 2,611 $45.79 $184,533.70 $119,557.69 E. P-401A.1a Asphalt Hot Mix Surface Course TN 2.315 $118.00 1,991.52 $118.00 $273.170.00 $234,999.36 E. P-401-8.1b Asphalt Hot Mix Leveling Course TN 300 $118.00 270.D6 $118.00 $35,400.D0 $31,867.08 E. CO-02.05 Reconciliation of Change Order 02 LS 0 $0.00 1.00 $17,860.72 $0.00 $17.869.72 Summation of Cost $572,595.7D $572,564.65 Estilimeted Project Cost Net Cost for this Change Order ($31.05) Time Change Estimated Project Coal Contract Start Date March 11. 2019 Ong° it Contract Amount $2.128,310.00 Original Contract Time (calendar days) 12 Previously Approved Changes ($134,018.110) Previously Approved Changes (calendar days) (30) This Change Order ($31.05) Additional Contract Time This Change Order (calendar days) 13 New CDOI; Amount $1,694260.95 Weather Days Through 6/30/2019 (calendar days) 25 New Comer Nctlon Compietion Date July IT. 2019 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE Engineer: Garver Protect Manager 8/1/2019 E nee Title Deno ACCEPTED BY - CONTRACTOR //Ysrfr rfw.`! COrtrac Si Tille Date APPROVED BY i OWNER C�IAe PROPOSAL FROM:.,.. BENCHMARK CONSTRUCTION COMPANY 333 WEST POPLAR STREET FAYETTEVILLE, AR 72703 PROPOSAL TO:.. ADAM WHITE AT GARVER ENGINEERS PROJECT:................TAXIWAY 6 WIDENING DATE: ........ .... ____JUNE 19,2019 DEAR MR. WHITE, WE REQUEST AN INCREASE IN THE AMOUNT OF ---- ALONG WITH AN EXTENSION IN TIME OF -I- DAYS. CHANGE ORDER ITEM A DUCT BANK REPAIR $4.170 FILE REFERENCE NO, IIA REPAIR OF DAMAGED DUCT BANK ON 6.13-19. DIRECTED BY GARVER ENGINEERS. TOTAL COST.......... ...... ........ .... 7.50 % PROFIT SUB WORK SUB TOTAL.... 2.00 % BOND RATE TOTAL CHANGE ORDER AMOUNT. .. .... __ ..... SINCERELY, ACCEPTED $3,803 285 $4,088 82 $4,170 COST DETAIL. PROJECT .._ _. _ _.TAXIWAYS WIDENING FILE REFERENCE NO 1A UNIT PRICES >> LABOR + 48% BURDEN TOOLS MATERIALS + 9.75% ST DESCRIPTION Q UNIT LABOR MAT SUB AND + SUBS + 1% LEA INS CONT EQUIP + TOOLS & EQUIP 0 HH ELECTRIC 1 00 LS 3361 00 3689 0 INSURANCE 100 DAY 11400 114 0 0 0 0 0 0 0 0 PROPOSAL FROM.. BENCHMARK CONSTRUCTION COMPANY 333 WEST POPLAR STREET FAYETTEVILLE, AR 72703 PROPOSAL TO. ..ADAM WHITE AT GARVER ENGINEERS PROJECTB WIDENING DATE ... .... ... . _ _JULY 3, 2019 REVISED SEVERAL TIMES. LATEST REVISION JULY 23 DEAR MR. WHITE, WE REQUEST AN INCREASE IN THE AMOUNT OF --- ALONG WITH AN EXTENSION IN TIME OF -6- DAYS, UTILITY WORK AND POTHOLING COST SINCERELY, CHANGE ORDER ITEM B UTILITY INVESTIGATIONS AND LINE LOWERING (T/M/E) FILE REFERENCE NO 1A $67,826 TOTAL COST., ..... __ .......... _ .... __ .... .. .... $61,534 15 % PROFIT G.C. WORK 694 7.50 % PROFIT SUB WORK 4268 SUB TOTAL .................................... $66,496 2.00 % BOND RATE 1330 TOTAL CHANGE ORDER AMOUNT ........ ............ $67,826 COST DETAIL. PROJECT ..............TAXIWAY B WIDENING ----------------------------------- DESCRIPTION GC GENERAL COND1 ONS SUPERVISION SUPT TRUCK TOILETS TRAILER CONVEX TOOLS AND EQUIPMENT GC INSURANCE RCR INVOICE POTHOLING -MAY 17 RCR INVOICE UTILITY WORK --MAY 28 RCR INVOICE UTILITY WORK --MAY 29 RCR INVOICE UTILITY WORK --MAY 30 RCR INVOICE UTILITY WORK --MAY 31 RCR INVOICE UTILITY WORK--MATERIA RCR INVOICE UTILITY WORK-«JUN 1 FILE REFERENCE NO. 1A K< UNIT PRICES » LABOR + 48% BURDEN., TOOLS MATERIALS + 9.75% ST Q UNIT LABOR MAT SUB AND + SUBS + 1% LIA INS CONT EQUIP + TOOLS & EQUIP 0 0 600 DAYS 34722 3083 600 DAYS 2500 3500 375 6.00 DAYS 5.00 33 600 DAYS 15.00 90 600 DAYS 10,00 60 6.00 DAYS 50.00 300 6-00 DAYS ($10.260190=6114 PER DAY-) 114.00 684 0 1,00 LS 4113.00 4154 1,00 LS 3783,00 3821 1,00 LS 4957,00 5007 100 LS 9064.00 9155 1.00 LS 13350.00 13484 1.00 LS 4325,00 4368 1,00 LS 16754.00 16922 0 0 0 0 PROPOSAL FROM. ..BENCHMARK CONSTRUCTION COMPANY 333 WEST POPLAR STREET FAYETTEVILLE, AR 72703 PROPOSAL TO: ADAM WHITE AT GARVER ENGINEERS PROJECT ,........,..TAXIWAY B WIDENING CHANGE ORDER ITEM C WORK SUSPENSION FOR DELAY IN UTILITY INVESTIGATIONS FILE REFERENCE NO. 1A DATE:.. .__ ._ ....... 28, 2019 REVISED SEVERAL TIMES. LATEST REVISION JULY 23 DEAR MR. WHITE, WE REQUEST AN INCREASE IN THE AMOUNT OF - $29.432 ALONG WITH AN EXTENSION IN TIME OF -5- DAYS. GENERAL CONDITIONS COST FOR DELAYED RESPONSE TO UTILITY CONFLICTS. TOTAL COST ... ............... .... ............_..... ... $26,541 15 % PROFIT G.C. WORK 648 7.5 % PROFIT SUB WORK 1667 SUB TOTAL..... $28.855 2.00 % BOND RATE 577 TOTAL CHANGE ORDER AMOUNT.. _ __ _ ___ $29,432 SINCERELY, COST DETAIL PROjECT. . ............. TAXIWAY B WIDENING FILE REFIERENCE NO IA ---------- - - - ------------- - ----------- ------- - ---- I -------- - -- - - - --------- UNIT PRICES » - ------------------- -------- LABOR + 48% BURDEN. TOOLS MATERIALS + 9 75% ST DESCRIPTION Q UNIT LABOR MAT sue AND + SUBS + 1% LIA INS CONT EQUIP + TOOLS & EQUIP --------- ------------------------------- - ----------- - --- - ---------------------------------- ------------------ 0 SUPERVISION 5.00 DAYS 347,22 2569 SUPT TRUCK 5.00 DAYS 25,00 3500 312 TOILETS 5,00 DAYS 500 27 TRAILER 500 DAYS 15,00 75 CONNEX 5,00 DAYS 1000 50 TOOLS AND EQUIPMENT GC 500 DAYS 50,00 250 CLOSURE MATERIALS RENTAL 5.00 DAYS 8500 466 INSURANCE 500 DAYS (510,260/90=S114 PER DAY) 114,00 570 0 TOOLS AND EQUIPMENT RCR CONST 5.00 DAYS COMPROMISE COST 4400.00 22220 CAT 924LOADER 5.00 DAYS 432.00 REJECTED CAT D6T DOZER 5,00 DAYS 1310.00 REJECTED CAT 553 ROLLER 5.00 DAYS 734,00 REJECTED JOHN DEERE 240 EXCAVATOR 5.00 DAYS 1346.00 REJECTED JOHN DEERE 200 EXCAVATOR 5,00 DAYS 828,00 REJECTED STREET SWEEPER 5.00 DAYS 215,00 REJECTED VAC TRON TRAILER 5,00 DAYS 73000 REJECTED 0 TOOLS AND EQUIPMENT HUTCHENS 5.00 DAYS 2142,00 REJECTED 0 TOOLS AND EQUIPMENT HH ELECTRIC, 5,00 DAYS 150,00 REJECTED 0 0 0 0 0 0 0 PROPOSAL FROM...... BENCHMARK CONSTRUCTION COMPANY 333 WEST POPLAR STREET FAYETTEVILLE, AR 72703 PROPOSAL TO:........ADAM WHITE AT GARVER ENGINEERS PROJECT,................TAXIWAY 6 WIDENING DATE:.__.... .......... .JULY 2. 2019 CHANGE ORDER ITEM C DUCT EXTENSION (UNDER PAVEMENT) FILE REFERENCE NO. 1A DEAR MR. WHITE, WE REQUEST AN INCREASE IN THE AMOUNT OF-- $1,145 ALONG WITH AN EXTENSION IN TIME OF -11- DAYS. EXTENSION OF DUCT BANK FOUND UNDER TAXIWAY. DIRECTED BY GARVER ENGINEERS, TOTAL COST............................................ $1,045 7.50 % PROFIT SUB WORK 78 SUB TOTAL___ .......................... $1,123 2,00 % BOND RATE 22 TOTAL CHANGE ORDER AMOUNT._..,_............ $1,145 SINCERELY, COST DETAIL: PROJECT ............. -TAXIWAY B WIDENING DESCRIPTION HH ELECTRIC INSURANCE FILE REFERENCE NO. 1A :« UNIT PRICES » LABOR + 48% BURDEN: TOOLS MATERIALS + 9.75% ST Q UNIT :LABOR MAT SUB AND + SUBS + 1% LIA INS CONT EQUIP + TOOLS & EQUIP 1.00 LS 1.00 DAY 84800 114.00 0 931 0 114 0 0 0 0 0 0 0 0 0 0 0 113 West Mountain Street Fayetteville, AR 72701 (479) 575.8323 Resolution: 230-18 File Number: 2018-0597 BID #18-43 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID 418-43 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. FOR CONSTRUCTION OF THE TAXIWAY B WIDENING AND REHABILITATION PROJECT, TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. TO REFLECT THE REMOVAL OF THE DEDUCTIVE ALTERNATIVE FROM THE CONTRACT AND REDUCE THE TOTAL CONTRACT COST TO $1,694,292.00, TO AUTHORIZE TASK ORDER NO. I WITH GARVER, LLC IN THE AMOUNT OF $147,500.00 FOR CONSTRUCTION ADMINISTRATION, CONSTRUCTION OBSERVATION, MATERIALS TESTING, AND CLOSEOUT SERVICES, AND TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING FEDERAL AVIATION ADMINISTRATION 90/10 GRANT FUNDS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEV.ILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #18-43 and authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. for construction of the Taxiway B Widening and Rehabilitation Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Change Order No. 1 to the contract with Benchmark Construction of NWA, Inc. to reflect removal of the deductive alternative from the contract and reduce the total contract cost to $1,694,292.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Task Order No, l I with Garver, LLC in the amount of $147,500.00 for construction administration, construction observation, materials testing, and closeout services for the Taxiway B Page 1 Printed or, 1119118 Summer Fallen Submitted By Change Order #4 to Bid 18-43 City of Fayetteville Staff Review Form 2020-0194 Legistar file ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 2/26/2020 AIRPORT SERVICES (760) Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to execute Change Order 04 to Bid 18-43 totaling $7,923.00. This change order adds additional sodding to the contract to support vegetation growth along drainage swales. Vegetation has struggled to establish in these areas, causing the topsoil to rut. This Change Order increases the current contract amount by $7,923.00, bringing the total contract amount to $1,693,952.74. The new total contract amount is still less than the contract amount approved under the FAA grant and in Resolution 230-18 of $1,694,292.00 5550.760.3960-5314.00 Account Number 31704.1801 Project Number Budget Impact: Airport Fund Taxiway B Widening & Rehab -Construction Project Title Budgeted Item? NA Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ - $ 7,923.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # 230-18 Change Order Number: 4 Approval Date: 3/2/2020 Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff FROM: Summer Fallen, Airport Services Manager DATE: February 26, 2020 STAFF MEMO SUBJECT: Change Order 04- Bid 18-43- Additional Sod for Stabilization for Taxiway B Widening and Rehabilitation RECOMMENDATION: Staff requests approval for the Aviation Division to execute Change Order 04 to Bid 18-43 totaling $7,923.00. This change order adds additional sodding to the contract to support vegetation growth along drainage swales. Vegetation has struggled to establish in these areas, causing the topsoil to rut. BACKGROUND: The airport currently has charter flights that operate at the airfield with a Boeing 737-800 and Boeing 757- 200 aircraft. These aircraft cannot taxi from the terminal apron to the Runway 16 threshold without crossing the runway due to current width of Taxiway B north of Taxiway D. In addition, these aircraft cannot taxi to the Runway 34 threshold without utilizing judgmental oversteering to maneuver the final turn on the south end of Taxiway B. In an effort to provide adequate taxiway width to promote safe taxiing operations for the large charter aircraft, the airport included a taxiway widening project in their FAA Capital Improvements Plan (CIP). In addition to the widening of the taxiway, the rehabilitation of pavement adjacent to all taxiway widened as part of the project will also be included. This project was approved at the August 3, 2018 City Council Meeting. BUDGET/STAFF IMPACT: This Change Order increases the current contract amount by $7,923.00, bringing the total contract amount to $1,693,952.74. The new total contract amount is still less than the contract amount approved under the FAA grant and in Resolution 230-18 of $1,694,292.00 Attachments: Staff Review Form Staff Review Memo Change Order 04 Resolution 230-18 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Construction Contract Change Order Project: Change Order No, 4 FYV Taxiway B Widening and Rehabilitation Fayetteville - Drake Field Airport (FYV) Date Prepared: December 15, 2019 City of Fayettville Bid 1843 - Garver Job No. 17041211 _ Prepared by: Adam White, PE Owner: Contractor: City of Fayetteville Benchmark Construction of NWA, Inc. 113 W. Mountain Street 333 West Poplar Street, Suite A Fayetteville, AR 72701 Fayetteville. AR 72703 Description of Work Included in Contract Widening, realignment, and rehabilitation of Taxiway B north of Taxiway D. Changes and Reasons Ordered (List Individual Changes as: A, B, C, D, etc.) A. Additional sodding to support vegetation growth along drainage swales. Attachments: None Bid Bid Unit Original Contract Revised Revised Original Revised Contract Item Item of Contract Unit Contract Unit Contract Contract Changes No. Description Measure Quantity Price Quantity Price Cost Cost A. T-904-5.1 Sodding SY 5,000 $4.17 6,900 $4.17 $20,850.00 $28,773.00 Summation of Costl $20,850.00 $28,773.00 Net Cost for this Change Order $7,923.00 Estimated Project Cost Time Change Estimated Project Cost Contract Start Date Original Contract Time (calendar days) March 11, 2019 120 Original Contract Amount $2,128,310.00 Previously Approved Changes ($442,280.26) Previously Approved Changes (calendar days) 12 This Change Order $7,923.00 Additional Contract Time This Change Order (calendar days 0 New Contract Amount $1,693,952.74 Suspended Time (calendar days) 0 New Construction Completion Date July 21, 2019 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE Engineer: Garver Project Manager 02/25/2020 engineer's Sig azure Title Date ACCEPTED BY CONTRACTOR CEO Feb 24, 2020 C./rilrakfors Si nature N Title Date APPROVED BY OWNER Mayor 3/2/2020 wners Signa Title Date U 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 230-18 File Number: 2018-0597 BID #18-43 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID #18-43 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. FOR CONSTRUCTION OF THE TAXIWAY B WIDENING AND REHABILITATION PROJECT, TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. TO REFLECT THE REMOVAL OF THE DEDUCTIVE ALTERNATIVE FROM THE CONTRACT AND REDUCE THE TOTAL CONTRACT COST TO $1,694,292.00, TO AUTHORIZE TASK ORDER NO. 11 WITH GARVER, LLC IN THE AMOUNT OF $147,500.00 FOR CONSTRUCTION ADMINISTRATION, CONSTRUCTION OBSERVATION, MATERIALS TESTING, AND CLOSEOUT SERVICES, AND TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING FEDERAL AVIATION ADMINISTRATION 90/10 GRANT FUNDS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid 418-43 and authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. for construction of the Taxiway B Widening and Rehabilitation Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Change Order No. 1 to the contract with Benchmark Construction of NWA, Inc. to reflect removal of the deductive alternative from the contract and reduce the total contract cost to $1,694,292.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Task Order No. 11 with Garver, LLC in the amount of $147,500.00 for construction administration, construction observation, materials testing, and closeout services for the Taxiway B Page 1 Printed on 1119118 Resolution: 230-18 File Number.- 2018-0597 Widening and Rehabilitation Project. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 11/8/2018 Approved: Attest: � r Lioneld orda ayor Sondra E. Smith, City Clerk TK#gA ►y f �f�' sN�G s0+��4`0 Page 2 Printed on 11/9118 City of Fayetteville Staff Review Form 2020-0254 Legistar File ID N/A Approval for the Aviation Division to execute the FAA grant closeout paperwork for the Taxiway B -Construction project City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Summer Fallen 3/16/2020 AIRPORT SERVICES (760) Submitted By Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to execute the FAA grant closeout paperwork for the Taxiway B -Construction project. The signature of the Mayor is required on the following pages of the pdf: 24, 26, 29 and 32. Account Number 31704.1801 Project Number Budgeted Item? NA Does item have a cost? NA Budget Adjustment Attached? NA Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: Fund Taxiway B Widening & Rehab -Construction Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title J V20180321 Previous Ordinance or Resolution # 185-18, 230-18 Approval Date: 4/2/2020 CITY OF FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff Staff/Contract Review Committee FROM: Summer Fallen, Airport Services Manager DATE: March 16, 2020 STAFF MEMO SUBJECT: Taxiway B Widening and Rehabilitation — FAA Grant Closeout Documents RECOMMENDATION: Staff requests approval for the Aviation Division to execute the FAA grant closeout paperwork for the Taxiway B -Construction project. The signature of the Mayor is required on the following pages of the pdf: 24, 26, 29 and 32. BACKGROUND: The airport currently has charter flights that operate at the airfield with a Boeing 737-800 and Boeing 757-200 aircraft. These aircraft cannot taxi from the terminal apron to the Runway 16 threshold without crossing the runway due to current width of Taxiway B north of Taxiway D. In addition, these aircraft cannot taxi to the Runway 34 threshold without utilizing judgmental oversteering to maneuver the final turn on the south end of Taxiway B. In an effort to provide adequate taxiway width to promote safe taxiing operations for the large charter aircraft, the airport included a taxiway widening project in their FAA Capital Improvements Plan (CIP). In addition to the widening of the taxiway, the rehabilitation of pavement adjacent to all taxiway widened as part of the project will also be included. This project was approved at the August 21, 2018 City Council Meeting. BUDGET/STAFF IMPACT: By executing the closeout documents, the Aviation Division will be able to draw down the remaining balance of the FAA grant ($163,858.00) and apply for an Arkansas Department of Aeronautics grant for the remaining 10% of the project cost ($183,494.74). Attachments: Staff Review Form Staff Review Memo FAA Closeout Documents Resolution 185-18 Resolution 230-18 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 2049 E. Joyce Blvd Suite 400 Fayetteville, AR 72703 TEL 479.52 .9100 FAX 479.527.9101 www.GarverUSA.com Femi Adeoye. PE Federal Aviation Administration 10101 Hillwood Parkway Fort Worth. TX 76177 March 13, 2020 Re: Fayetteville — Drake Field Airport Taxiway B Widening and Rehabilitation AIP No. 3-05-0020-046-2018 Final Construction Report Dear Mr. Adeoye: Having completed construction for the above referenced project, this final construction report shall consist of the following: 1 Narrative of Work Accomplished 2. Summary of Key Milestones 3 Overview of Contract Time 4 Change Order Summary 5. Explanation of Overruns and Exclusions/Underruns 6 Summary of DBE Utilization and Labor Provisions 7. Buy American Provisions 8 Construction Material Testing and Acceptance 9. Final Inspection Report / Record of Completion 10. Project Photographs In addition, please find attached the Final Project Budget (including change orders). Final Federal Financial Reports, Sponsor Certifications, Final Inspection Report and Punch List, Materials Testing Logs. and Weekly Construction Progress and Inspection Reports. Narrative of Work Accomplished The project included the widening and rehabilitation of approximately 2,100 linear feet of taxiway at Fayetteville — Drake Field Airport. The newly widened and rehabilitated Taxiway B servers most of the airport's traffic. including its largest charter aircraft. The newly widened taxiway will allow aircraft to access the full length of Runway 16-34 from the terminal building without having to cross Runway 16- 34. Construction of the improvements was completed during multiple phases, which include a Runway 16 displacement and full runway closures. Any impacts resulting from construction were minimized as a result of effective communication between the airport staff. Garver, the contractor, and airport tenants. Mr. Adeoye Page 2 of 6 Summary of Milestones • July 24, 2018 — Bids Received • September 14, 2018 — Grant Offer Executed • September 24, 2018 — Notice of Award • November 8, 2018 — Construction Contract Date • February 1, 2019 — Preconstruction Conference • March 11, 2019 — Notice to Proceed • March 11, 2019 —Start of Construction • July 31, 2019 — Construction Substantially Complete • August 21, 2019 — Final Inspection • February 25, 2020 — Final Acceptance Overview of Contract Time As referenced above, the 90 -calendar day contract time started on March 11, 2019 and was substantially completed on July 31, 2019, for a total of 142 -calendar days. An additional 44 calendar days were granted via change order for weather or other delays, bringing the final contract time to 134 - calendar days. Overall the project was completed 8 days beyond the adjusted contract time. However, the Owner incurred no additional costs due to the overruns, so no liquidated damages were assessed. Change Order Summary Below is a summary of all change orders associated with this project. Copies of all change orders are attached to this report. Change Order #1 — Net change of ($434,018.00) • The project was originally bid with a base bid (Taxiway B North and South) and a deductive alternate (Taxiway B South). The deductive alternate was awarded through the grant process, so this change order officially removed the deductive alternate from the bid. Change Order #2 — Net change of ($31.05) • Change Order 02 included work associated with utility line relocations that were not located by their respective franchise utility owners during the design survey nor at the start of construction. Change Order 02 also included quantity reconciliations for undercutting and other earthwork that was not necessary during construction. Change Order #3 — Net change of ($8,231.21) • This change order included the reconciliation of as -bid quantities to final constructed quantities. See the summary below of project overruns and exclusions/underruns for additional information. Change Order #4 — Net Change of $7,923.00 • This change order included the addition of sodding to support vegetation growth on ditch banks where vegetation had not established and was creating washout of topsoil. Mr. Adeoye Page 3 of 6 Explanation of Overruns and Exclusions/Underruns The project was completed within the project budget approved within the grant. The list below represents notable exclusions from the project and larger quantity underruns or overruns. • P-1524.1 — Unclassified Excavation As part of the utility line lowering change order (Change Order 02), the amount of cut required in the grading was reduced to provide additional cover over existing utilities, reducing the total amount of Unclassified Excavation required for construction. • P-152-4.2 — Unsuitable Excavation In general, the subgrade encountered after excavation operations revealed much better material than originally expected. As a result, minimal unsuitable excavation was required. Summary of DBE Utilization and Labor Provisions A specified DBE goal of 5.81% was set for this project. The Contractor did not provide any DBE participation, but did make good faith efforts to provide DBE participation through the bidding process as noted in the City's formal review. Buy American Provisions As part of the bidding process, the Contractor certified that 100% of the steel and manufactured products used in this project were manufactured in the United States. As part of the submittal process, Garver rejected any submittals that appeared to not comply with this statement. Construction Material Testing and Acceptance Construction material testing and acceptance was completed in alignment with the project specifications and the approved construction management program. No price adjustments were made due to the application of the PWL. No materials were accepted outside of the tolerance limits within the specifications. Final Inspection Report / Record of Completion In addition to the Sponsor Certification of Construction Project Final Acceptance, the Final Inspection Report and project punch list are attached to this document. Mr Adeoye Page 4 of 6 Pre -Construction Photographs J 11 fi -ter Mr. Adeoye Page 5 of 6 Post -Construction Photographs Mr. Adeoye Page 6 of 6 We appreciate the opportunity to work with the FAA and the City of Fayetteville on this project. If you have any questions, comments, or require any supplemental material for your review, please feel free to call me. Please call me if you have any questions. Sincerely, GARVER, LLC i I 71� Adam White, P.E. Project Manager Attachments: Final Project Budget, including Change Orders Final Federal Financial Reports Sponsor Certification of Construction Project Final Acceptance Final Inspection Report and Punch List Construction Materials Testing Logs Construction Progress and Inspection Reports CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHABILITATION FINAL PROJECT BUDGET TAXIWAY B NORTH ITEM SPEC. Procedures PRICE ESTIMATED NO. NO. DESCRIPTION UNIT QUANTITY 1 GP -105 Mobilization LS 1 9 2 SS -120.3.1 Site Preparation LS 1 $ 3 SS -120-3.2 Temporary Haul Road Installation and Removal LS 0 -jI $ 4 SS -130-4.1 Trench and Excavation Safety Systems LS 1 $ 5 SS -222-5.1 Haul Road Repair SY 200 6 SS -300-5.1 'LockoutfTagout and Constant Current Regulator Calibration. LS 1 57 4 3,952 90 57 10 1 3 1 2,389 1,268.93 2,971 2,387.14 1 5,909.96 1,991.52 270.06 1.705.72 �... 31.273 42.299 28.888 25 48 1 2 2 4 4 162 2 6.900 UNIT BID Procedures PRICE AMOUNT Existing Base Mounted L-861T(L) LED Taxiway Edge Light 7 SS -301-5.1 and Isolation Transformer, Removed and Stored for EA - 147,160.00 Reinstallation, Base Demolished ' 8 SS -301-5.2 Existing Base Mounted Guidance Sign, RemovedEA 9 SS -301-5.3 Existing Electrical Conduit, Cleared of Cable LF 10 SS -305-5.1 Directional Boring, 2 -Way 2"C Polyethylene Conduit LF $ 40.00 Existing Removed L-861 T(L) LED Taxiway Edge Light and 11 SS -310.5.1 Transformer, Reinstalled on New Base with New Connector, EA -jI $ 716.00 Kits 12 SS -310.5.2 New Base Mounted L-861T(L) LED Taxiway Edge Light, EA $ 5,670.00 Installed 13 SS -310.5.3 'L -858(L) LED Base Mounted, 2 -Module Guidance Sign. EA Installed 14 SS -310-5.4 _ L -858(L) LED Base Mounted 3 -Module Guidance Sign. - EA Installed 15 SS -310-5.5 Temporary Airfield Lighting LS 16 P-101-5.1 Pavement Removal SY 17 P-101-5.2 Cold Planing (0-2") SY 18 P-152-4.1 Unclassified Excavation CY 19 P-152-4.2 .Unsuitable Excavation CY 20 P-156-5.1 Temporary Erasion Control LS 21 P-209-5 1 Crushed Aggregate Base Course (6" Thickness) SY 22 P-401-8.1 a Asphalt Hot Mix Surface Course TN 23 i P -401-8.1b Asphalt Hot Mix Leveling Course TN 24 P-403-8.1 Asphalt Hot Mix Base Course TN 25 P -620-5.1a Runway and Taxiway Painting (Reflective) SF 26 P -620-5.1b Runway and Taxiway Painting (Non -Reflective) SF 27 P-620-5.2 Pavement Marking Removal SF 28 D-701-5.1 a 29" x 18" Reinforced Concrete Arch Pipe (Class IV) LF 29 D -701-5.1b 18" Reinforced Concrete Pipe (Class IV) LF 30 D-701-5.2 18" Reinforced Concrete Pipe Collar EA 31 D-701-5.3 18" R� einforced Concrete End Section EA 32 D -751-5.1a !6' x 6' Airfield Grate Inlet/Junction Box EA 33 D -751-5.1b 5 5' x 5.5' Airfield Grate Inlet/Junction Box EA 34 D -751-5.1c 5 x 5' Airfield Grate Inlet/Junction Box EA 35 D-754-5.1 Concrete Ditch Paving SY 36 T-901-5.1 Seeding AC 37 T-904-5.1 Sodding SY 57 4 3,952 90 57 10 1 3 1 2,389 1,268.93 2,971 2,387.14 1 5,909.96 1,991.52 270.06 1.705.72 �... 31.273 42.299 28.888 25 48 1 2 2 4 4 162 2 6.900 UNIT BID PRICE AMOUNT $83.070.00 $ 83,070.00 $147.160.00 $ 147,160.00 $11.450.00 $ - $1.730.00 $ 1 730.00 $86.13 $ 17,226.00 $40.00 $ 40.00 $41.00 i S 2,337.00 $179.00 -jI $ 716.00 $0.47 $ 1,857.44 $63.00 $ 5,670.00 $1,089.00 $ 62,073.00 $1,558.00 $ $5,480.00 $ $3.232.00 $ $490.00 $ $17.26 $ $8.60 $ $23.38 $ --. $45.79 $ $8910,00 $ rt $12 77 $ $118.00 $ $118 00 $ $127.92 $ $0.98 $ $0.63 $ $1.14 $ $115.40 $ $98.00 $ I $1.731.00 $ $981.00 $ I $6.924.00 $ $6,347.00 $ $6.058.00 $ $65.00 $ $2.293.00 $ $4.17 $ 15.580.00 5,48000 9,69600 490.00 41 234 14 10.912.800 69.461.98 109.307.14 8.910 00 75 470.199 . 234.999.36 31, 867.08 218,195.70 30.647.54 26.648.37 32.932.32 2.885.00 4.704.00 1, 731.00 1.962.00 13, 848.00 25, 388.00 24,232.00 10.530.00 4.586.00 28 773.00 38 T-905-5.1 Topsoiling (4" Thickness) SY 17,800 $4.33 $ 77,074.00 39 L-108-5.1 No. 8 AWG, 5 kV. L-824, Type C Cable. Installed in Trench. LF 5.654 $1.38 $ 7,802.52 . Duct Bank or Conduit $10,260.00 TOTAL PROJECT COST AIP-ELIGIBLE $1 834.942.7 No. 6 AWG, Solid. Bare Counterpoise Wire. Installed in 40 L-108-5.2 Trench. Above the Dud Bank or Conduit, Including Ground LF 3.468 $1.80 $ 6,242.40 Rods and Ground Connectors 41 L-108-5.3 Trenching for Direct -Buried Bare Counterpoise Wire, 8 LF 3.468 $1.15 $ 3,988.20 Minimum Depth 42 L-110-5.1 .Non -Encased, Electrical Conduit, 1 -Way 2"C LF 3.662 $13.85 $ 50.718.70 43 L-115-5.1 Concrete Encased Electrical Junction Structure L-867 Class EA 3 $294.00 $ 882.00 1_. Size 16" Diameter by 24" Deptl- 44 SP -C -01a Bonds LS 1 $21,560. CC S 21.560.00 45 SP -C -01b -Insurance LS 1 $10260. CC $ 10.260.00'1 46 CO -01.1 Reconciliation of Deductive Alaternative LS 1 $23.778.4C S 23,778.40 i ''. 47 CO -02.01 ,Duct Bank Repair LS 1 $4,170.00 S 4.170.00 i 48 j CO -02.02 ',Utility Investigations and Line Lowering (TIM/E) LS 1 $67.826.00 S 67,826.00 49 CO -02.03 Work Suspension for Delay in Utility Investigations LS 1 $29,432.00 _ 29,432.00 50 CO -02.04 -.Duct Extension (Under Pavement) LS 1 $1,145.00 S 1.145.00� 1 51 CO 02.05 Reconciliation of Change Order 02 LS 1 $17,869.72 S 17 869.72 52 CO 03.01 Reconciliation of Change Order 03 LS 1 $2,178.74 S 2.178.74 CO -03.02 Utdr, Investigations and Line Lowering (TIM/EI LS 1 $6.674.00 $ 6P_106 TOTAL CONSTRUCTION COST $1.693.952.74 PRELIMINARY EXPENSES (INDEPENDENT FEE ESTIMATE) $3.750.00 ARCHITECTURAL ENGINEERING BASIC FEES Part 139 ACM Exhibit Updates $7,300.00 Closeout Services and ALD Update $7,000.00 TOTAL ARCHITECTURAL ENGINEERING BASIC FEES $14,300.00 PROJECT INSPECTION FEES On -Site Construction Observation Services Construction Administration Services Construction Materials Testing $80,700.00 $35,000.00 $17,500.00 TOTAL PROJECT INSPECTION FEES $133,200.00 TOTAL PROJECT COST $1 845 202.7 NON-AIP ELIGIBLE ITEMS UNIT EST. ONTY UNIT PRICE AMOUNT 44 SP -C -01b Insurance LS 1 $10,260.00 $10.260.00 TOTAL NOWAIP ELIGIBLE ITEMS $10,260.00 TOTAL PROJECT COST AIP-ELIGIBLE $1 834.942.7 IROJECT FUNDING -ederal Aviation Administration AIP (90%) $1,651,448.0 vkansas Department of Aeronautics (10%) $183,494.7 ,ity of Fayetteville (Remainder) $10,260.0 'OTAL FUNDING $1,845.202.7 2049 E Joyce BNd Sate 400 Fayetteville. AR 72703 TEL 479 527 9100 FAX 479.527.9101 ~ GarvertlSAcom Construction Contract Change Order Project: FYV Taxiway B Widening and Rehabilitation Fayetteville - Drake Field Airport (FYV) City of Fayettville Bid 18-43 - Garver Job No. 17041211 Change Order No. Date Prepared: October 16, 2018 Prepared by: Ben Perea, Garver Owner: City of Fayetteville 113 W. Mountain Street Fayetteville. AR 72701 Contractor: Benchmark Construction of NWA, Inc. 333 West Poplar Street, Suite A Fayetteville, AR 72703 Description of Work Included in Contract Wideningrealignment, and rehab litahon cf Taxiway B rceh of Taxiway C. Changes and Reasons Ordered (List Individual Changes as: A B. C. D. etc.) A. Modification of contract quantities to reflect the award of the Base Bid + Deductive Alternative bid schedule. This reflects the work on only north Taxiway B. B. Unit Price based up on the reduction in scope for the deductive alternative. This applies only to lump sum items included in the deductive alternative. C. Base Bid unit prices for all non -lump sum items will govern for the final contract. An additional bid item was included to reconcile the total value of the base bid and deductive alternative. Attachments: Contract Changes Bid Bid Item Item No. ascription Unit of Measure Original Contract Quantity Contract Unit Price Revised Estimated Quanti Unit Price After Deduction Original Estimated Cost Revised Estimated Cost B. GP -105 Mobilization LS 1 $95,070.00 1 $83,070.00 $95,070.00 $83,070.00 B. SS -120-3.1 Site Preparation LS 1 $170,470.00 1 $147,160.00 $170,470.00 $147,160.00 A. SS -120.3.2 Temporary Haul Road Installation and Removal LS 1 $11.450.00 0 $0.00 $11,450.00 $0.00 A. SS -222-5.1 Haul Road Repair SY 400 $86.13 200 $86.13 $34,452.00 $17.226.00 B. SS -300-5.1 Lockout/Tagout and Constant Current Regulator Calibration Procedures LS 1 $580.00 1 $40.00 $580.00 $40.00 A. Existing Base Mounted L-861T(L) LED Taxiway Edge SS -301-5.1 Light and Isolation Transformer, Removed and Stored for Reinstallation, Base Demolished EA 73 $41.00 56 $41.00 $2,993.00 $2,296.00 SS -301-5.2 Existing Base Mounted Guidance Sign, Removed EA 7 $179.00 4 $179.00 $1,253.00 $716.00 A. SS -301-5.3 Existing Electrical Conduit, Cleared of Cable LF 5,000 $0.47 4,000 $0.47 $2,350.00 $1,880.00 A. SS -305-5.1 Directional Boring, 2 -Way 2"C Polyethylene Conduit LF 175 $63.00 90 $63.00 $11,025.00 $5,670.00 A. Existing Removed L-861T(L) LED Taxiway Edge Light SS -310-5.1 and Transformer, Reinstalled on New Base with New Connector Kits EA 73 $1,089.00 56 $1,089.00 $79,497.00 $60,984.00 A .. SS -310-5.2 New Base Mounted L-861T(L) LED Taxiway Edge Light, Installed EA 11 $1,558.00 10 $1,558.00 $17,138.00 $15,580.00 A. SS -310-5.3 L -858(L) LED Base Mounted, 2 -Module Guidance Sign, Installed EA 2 $5,480.00 1 $5,480.00 $10,960.00 $5,480.00 A. SS -310 -5.4L -858(L) LED Base Mounted, 3 -Module Guidance Sign, Installed EA 5 $3,232.00 3 $3,232.00 $16,160.00 $9,696.00 B. SS -310-5.5 1remporary Airfield Lighting LS 1 $5,890.00 1 $490.00 $5,890.00 $490.00 A. P-101-5.1 Pavement Removal SY 3,200 $17.26 2,475 $17.26 $55,232.00 $42,718.50 A. P-101-5.2 Cold Planing (0-7') SY 2.100 $8.60 1,400 $8.60 $18,060.00 $12,040.00 A. P-1524.1 Unclassified Excavation CY 4200. $23.38 3,400 $23.38 $98,196.00 $79,492.00 A. P-1524.2 Unsuitable Excavation CY 4,700 $45.79 4,030 $45.79 $215.213.00 $184,533.70 a. P-156-5.1 Temporary Erosion Control LS 1 $9,720.00 1 $8.910.00 $9,720.00 $8,910.00 A. P-209-5.1 Crushed Aggregate Base Course (6" Thickness) SY 7,100 $12.77 6,100 $12.77 $90,667.00 $77,897.00 A. P -401-8.1a Asphalt Hot Mix Surface Course TN 2,800 1 $118.00 2,315 $118.00 $330,400.00 $273,170.00 A. P403.8.1 lAsphalt Hat Mix Base Course TN 1,900 $127.92 1,620 $127.92 $243,048.00 $207,230.40 A. P -620-5.1a Runway and Taxiway Painting (Reflective) SF 65,000 $0.98 32,000 $0.98 $63,700.00 $31,360.00 A. P -620.5.1b Runway and Taxiway Painting (Non -Reflective) SF 72,000 $0.63 33,300 $0.63 $45,360.00 $20,979.00 A. P-520-5.2 Pavement Marking Removal SF 68,000 $1.14 37,100 $1.14 $77,520.00 $42,294.00 A. T-901-5.1 Seeding AC 4 $2,293.00 2 $2,293.00 $9,172.00 $4.586.00 A. T-904-5.1 Sodding SY 6,800 $4.17 5,800 54.17 $28,356.00 $24.186.00 A. T-905-5.1 To soilin (4" Thickness) SY 28,800 $4.33 17,800 $4.33 $124,704.00 $77,074.00 A. L-108-5.1 No. 8 AWG, 5 W. L-824. Type C Cable, Installed in Trench, Duct Bank or Conduit LF 7,100 $1.38 5,400 $1.38 $9,798.00 $7,452.00 A. No. 6 AWG, Solid, Bare Counterpoise Wire, Installed in L-108-5.2 Trench, Above the Duct Bank or Conduit, Including Ground Rods and Ground Connectors LF 4,750 $1.80 3,650 $1.80 $8,550.00 $6,570.00 A. L-108-5.3 Trenching for Direct -Buried Bare Counterpoise Wire, 8" Minimum Depth LF 4,900 $1.15 4,150 $1.15 $5,635.00 $4,772.50 L-110-5.1 Non -Encased, Electrical Conduit, 1 -Way 2"C LF 5,200 $13.85 4,350 $13.85 $72,020.00 $60,247.50 A. L-115-5.1 Concrete Encased Electrical Junction Structure L-867 Class 1. Size 16" Diameter by 24" Depth EA 4 $294.00 2 $294.00 $1,176.00 $588.00 B. SP -C -01a Bonds LS 1 $28,290.00 1 $21,560.00 $28,290.00 $21,560.00 B. SP -C -01b Insurance LS 1 $11,900.00 1 $10,260.00 $11,900.00 $10.260.00 C. CO -01.1 lReconciliation of Deductive Alternative LS 0 $0.00 1 $23,778.40 $0.00 $2377840 Summation ofcostl $2,006,005.00 $1.571.987.00 __ Net Cost for this Change Order ($434.018.00) Estimated Project Cost Time Change Estimated Project Cost Original Contract Start Dale To Be Determined Original Contract Time (calendar days) 120 Original Contract Amount (Base Bid) $2,128,310.00 This Change Order (Deductive Alternative) ($434,018.00) Additional Calendar Days granted by this Change Order — New Contract Amount $1,694,292.00 New Contract Time (calendar days) 90 Suspended Time - New Construction Completion Date To Be Determired. THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE Engineer: Garver C �� Project Manager October 18, 2018 EnEn ineer's Si natur Title Date ACCEPTED BY CONTRACTOR A y Contractor's Signature ld �� 9 / E fir Title Date APPROVED BY OWNER Cwner's Si nature Title Date YGARiVM a Construction Contract Change Order Project; (Change Order No. FW Taxiway B Widening and Rehabdilalion Fayetteville -Drake Field Alryon (FYV) Date Prepared: City ,;f F""%' 8e Bid 1843 • Sarver Job No. 1704/211 �..r .1— Owner: City of Fayenevilla mraccac 113 W Mountain Street oM-lmnafk ConSbW1on of NWA. Jim 1-3'ye"94e, Fayette„ tie. AR 72701 3 West Poplar SVeet, Suite A I AR 72'7 3 Description of Work Included in Contrail - Widaru , reap nt, and retwolrawn of Taxiway B north of Tariway D. Chang" and Reasons Ordered Net individual Changes as: A, 9. C. D, etc.) A tirete encased duct bank was encouteered under Taxiway B while undercutting for the Proposed Pavement vection. The duct bank was not in a location expected for the Y mut. and the runway dreut was damaged. The damage wee repaired immedlehily to avoid shutting down the runway for sic night A ane extorsion of 1 celerMer day was approved with this change. M+dtiplu utility lines Mil" encouNarod in the protect ,idnay. These 'AMY lines worn not totaled by thmr roepectivg Ownem duptg despn. nor at the stall of constrornon, even "her numef0U!5 Arkansas Onro Cait anemtxs The Contractor utit¢ad a vacuum excavaim to bcate Nro UtkV lines and survey them for evaktatkn by the Encpnecr. At 8. approximately Sta. 119+00 to 121.00. mu" ATT lines reguxed lowering for Um construction of the proposed 'axway. After negosation. a Pnco could not be avaluatod. Due W the time seniWve nature of tfie work am" delay on the project. the Owner instructed the Contractor to complete to work on arm-, Materiaix. and C$tlornerht bates. The documentation for nese costs is attacned !o tris Change order. A time oxlension Of o calendar days was approved with she �hsnge. Due to tiro !act of respomweness by the ubiny owners for the wont described in Ctwngo B above, the Crrlical path was delayed for 7 calendar days while a solution could be C evaluated by the Enguiem The total coat of iho delay 10 the Contractor was negotiated and docurnernation 3tt3rti,td ;o this Change order. A time extension rd 5 calendar days Was approval ween this Charrxlo. D. An oxcstnq duct bank was found to be under a pavement -;h u r In Lieu of bor!ng a new .M,ct undthe entire pavement width, the existing pavement was cul, the dud exkavalnl, extended, and the ;ranch backRled. A Ane extension 3f 1 calendar day was approved With this change. E. Quantity ReconallaAons_ This includes the reconciliation of Change Oiler 02 unit costs based on the as-trid deductive unit prices. Attachments. Change Order Support Documentation 81dI Bltl Unit Contract Item Current Contrac: Revised Revised Original Revised Nem of Cha No- Contract Unit Contract Unit Contract Contract Description Measure Cluentilly Price Quantitv Price Cost Cost A. CO -02.01 Dud Bank Repair LS 0 $0.013 1 $4,170.00 $0.00 $4,170.00 B Cf102.02 UttY Investlgatlom and Line LS Lowering (T/AVE) 0 $0.00 1 $67,826.00 $0.00 567,828-00 C. CO -02.03 Work Suspension for Delay in utility LS Inwesbgauons 0 $0.00 1 $29,432.00 $0.00 $29,432.00 D. CO -02.04 Dud Extension (Under Pavement) LS 0 $0.00 1 $1.14500 $0.00 $1,145.00 E. =P-15-22-4.1.nbcdlassified Excavation CY 3,400 $23.38 2 810 523.38 579,492.00 $85,697.80 E. P-152-42 Unsuitable Excavation CY 4,030 $45.79 2.611 $45.79 $184,533.70 $119,55269 E. P401d.1a Asphett Flet Mix SurfaaC- 2.315 $118.00 1,991.52 $118.00 $273,170.00 $234,999.36 E P401 -8,1b Asphalt Mot Mix Level300 511800 270. D6 $11800 $35,400.00 $31.867.08 E CO -02.05 Reconciliation of Chan0 50.00 1.00 $17,869.72 $0.00 $17,869.72 Summation of Cost $572,595.70 $572,584.65 Estimated Project Cost Not Cost for this Change Order ($31.05) Time Changs EsAmatod Profect Cost Contract Start Date March 2019 Orzpnit Contract Amount $2,128,310.00 Original Centrad Time (calendar days) 12200 Previously Approved Charges ($434.016.00) Prevbksrg lyApproved Changes (calendar days) ;3U1 Tittle Change Order ($31.05) Additional Contract Time This Change Order (calendar days) 13 New Contract Amount $1,694,260.85 Weather Days Through 6/30/2019 (calendar days) 25 New Constriction Completion Date July 17, 2019 THIS AGREEMENT 18 SUBJECT TO ALL ORIGROL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE Engineer: Garver 14 Protect Manager 8/1/2019 E rt tore Title Date ACCEPTED 13Y CONTRACTOR of C S' fore Date Ti APPROVED RV OWNER PROPOSAL FROM. BENCHMARK CONSTRUCTION COMPANY 333 WEST POPLAR STREET FAYETTEVILLE AR 72703 PROPOSAL TO ADAM WHITE AT GARVER ENGINEERS PROJECT TAXIWAY B WIDENING DATE JUNE 19, 2019 DEAR MR WHITE. CHANGE ORDER ITEM A DUCT BANK REPAIR FILE REFERENCE NO 1A WE REQUEST AN INCREASE IN THE AMOUNT OF--------»> $4.170 ACCEPTED ALONG WITH AN EXTENSION IN TIME OF -1- DAYS REPAIR OF DAMAGED DUCT BANK ON 6-13-19 DIRECTED BY GARVER ENGINEERS TOTAL COST $3.803 7.50 % PROFIT SUB WORK 285 SUB TOTAL $4,088 2.00 % BOND RATE 82 TOTAL CHANGE ORDER AMOUNT $4,170 SINCERELY COST DETAIL PROJECT TAXIWAY B AIDENING FILE REFERENCE NO 1A ______________________________________________________________________________________------_---________-_--..__-- « UNIT PRICES » LABOR + 48% BURDEN TOOLS MATERIALS + 9 75% ST DESCRIPTION O UNIT LAEOR MAT SUB AND SUBS + 1% LIA INS ------------------------------------------------- CONT EQUIP + TOOLS & EQUIP -------- ------------------ ------------------ ------------------ 0 HH ELECTRIC 1 00 LS 3361 00 3689 0 INSURANCE 100 DAY 11400 114 0 0 0 0 0 0 0 0 PROPOSAL FROM BENCHMARK CONSTRUCTION COMPANY 333 WEST POPLAR STREET FAYETTEVILLE AR 72703 PROPOSAL TO: ... .... .ADAM WHITE AT GARVER ENGINEERS PROJECT TAXIWAY B WIDENING DA 'E 1_LY 3, 2019 REVISED SEVERAL TIMES LATEST REVISION JULY 23 DEAR MR WHITE, WE REQUEST AN INCREASE IN THE AMOUNT Or ---- ALONG WITH AN EXTENSION IN TIME OF -6-- DAYS UTILITY WORK AND POTHOLING COST SINCERELY CHANGE ORDER ITEM B UTILITY INVESTIGATIONS AND LINE LOWERING (T/M/E) FILE REFERENCE NO to $67,826 TOTAL COST. $61,534 15 % PROFIT G.0 WORK 694 7 50 % PROFIT SUB WORK 4268 SUB TOTAL $66,496 2 00 % BOND RATE 1330 TOTAL CHANGE ORDER AMOUNT $67,826 COST DETAIL PROJECT TAXIWAY B WIDENING FILE REFERENCE NO. 1A ______________________________________________________________._-____________.._______-__ « UNIT PR CES » TOOLS DESCRIPTION Q UNIT LABOR MAT SUB AND CONT EQUIP GC GENERAL CONDITIONS SUPERVISION SUPT TRUCK TOILETS TRAILER CONNEX TOOLS AND EQUIPMENT GC INSURANCE RCR INVOICE POTHOLING --MAY 17 RCR INVOICE UTILITY WORK --MAY 28 RCR INVOICE UTILITY WORK --MAY 29 RCR INVOICE UTILITY WORK -MAY 30 RCR INVOICE UTILITY WORK -MAY 31 RCR INVOICE UTILITY WORK --MATERIA RCR INVOICE UTILITY WORK -JUN 1 600 DAYS 34722 600 DAYS 2500 3500 600 DAYS 500 600 DAYS 1500 600 DAYS 10.00 600 DAYS 5000 600 DAYS ($10 260 50=5114 PER DAY) 114.00 1.00 LS 411300 1 00 LS 378300 1 00 LS 495700 100 LS 9064.00 100 LS 13350.00 1 00 LS 4325.00 1 00 LS 16754.00 LABOR + 48% BURDEN MATERIALS + 9 75% ST + SUBS + I", LIA INS + TOOLS 8 EQUIP 0 0 3083 375 33 90 60 300 684 0 4154 3821 5007 9155 13484 4368 16922 0 0 0 0 PROPOSAL FROM BENCHMARK CONSTRUCTION COMPANY 333 WEST POPLAR STREET FAYETTEVILLE AR 72703 PROPOSAL TO ADAM WHITE AT GARVER ENGINEERS PROJECT TAXIWAY B WIDENING CHANGE ORDER ITEM C WORK SUSPENSION FOR DELAY IN UTILITY INVESTIGATIONS FILE REFERENCE NO 1A DATE MAY 28, 2019 REVISED SEVERAL TIMES LATEST REVISION JULY 23 DEAR MR WHITE. WE REQUEST AN INCREASE IN THE AMOUNT OF----- »> $29432 ALONG WITH AN EXTENSION IN TIME OF -5- DAYS GENERAL CONDITIONS COST FOR DELAYED RESPONSE TO UTILITY CONFLICTS TOTAL COST $26,541 15 % PROFIT G C. WORK 648 7 5 % PROFIT SUB WORK 1667 SUB TOTAL $28,855 2.00 % BOND RATE 577 TOTAL CHANGE ORDER AMOUNT $29,432 SINCERELY COST DETAIL PROJECT DESCRIPTION TAXIWAY B WIDENING FILE REFERENCE NO IA SUPERVISION SUPTTRUCK TOILETS TRAILER CONNEX TOOLS AND EQUIPMENT GC CLOSURE MATERIALS RENTAL INSURANCE TOOLS AND EQUIPMENT RCR CONST CAT 924 LOADER CAT D6T DOZER CAT 553 ROLLER JOHN DEERE 240 EXCAVATOR JOHN DEERE 200 EXCAVATOR STREET SWEEPER VAC TRON TRAILER TOOLS AND EQUIPMENT HUTCHENS TOOLS AND EQUIPMENT HH ELECTRIC, « UNIT PRICES » Q UNIT LABOR MAT SUB CONT 500 DAYS 34722 500 DAYS 2500 500 DAYS 500 500 DAYS 500 DAYS 500 DAYS 500 DAYS 8500 500 DAYS 110 260/90=$114 PER DAY) 500 DAYS COMPROMISE COST 4400.00 500 DAYS 43200 500 DAYS 131000 5.00 DAYS 73400 500 DAYS 134600 500 DAYS 828.00 500 DAYS 21500 500 DAYS 730.00 500 DAYS 214200 500 DAYS 150.00 REJECTED REJECTED REJECTED REJECTED REJECTED REJECTED REJECTED 0 REJECTED 0 REJECTED 0 0 0 0 0 0 0 LABOR + 48% BURDEN TOOLS MATERIALS + 9 75% ST AND + SUBS + 1% LIA INS EQUIP + TOOLS & EQUIP 0 2569 3500 312 27 15.00 75 1000 50 5000 250 466 11400 570 0 22220 REJECTED REJECTED REJECTED REJECTED REJECTED REJECTED REJECTED 0 REJECTED 0 REJECTED 0 0 0 0 0 0 0 PROPOSAL FROM BENCHMARK CONSTRUCTION COMPANY 333 WEST POPLAR STREET FAYETTEVILLE, AR 72703 PROPOSAL TO:........ADAM WHITE AT GARVER ENGINEERS PROJE--T TAXIWAY B WIDENING DATE .JULY 2, 2019 DEAR MR. WHITE, WE REQUEST AN INCREASE IN THE AMOUNT OF------»> ALONG WITH AN EXTENSION IN TIME OF -1- DAYS. CHANGE ORDER ITEM C DUCT EXTENSION (UNDER PAVEMENT) $1 145 FILE REFERENCE NO 1A EXTENSION OF DUCT BANK FOUND UNDER TAXIWAY DIRECTED BY GARVER ENGINEERS TOTAL COST $1,045 7 50 % PROFIT SUB WORK 78 SUB TOTAL $1 123 2 00 % BOND RATE 22 TOTAL CHANGE ORDER AMOUNT $1 145 SINCERELY, COST DETAIL: PROJECT _TAXIWAY B WIDENING DESCRIPTION HH ELECTRIC INSURANCE FILE REFERENCE NO. to << UNIT PRICES» TOOLS Q UNIT :LABOR MAT SUB AND CONT EQUIP 1 00 LS 848.00 1.00 DAY 114.00 LABOR + 48% BURDEN. MATERIALS + 9.75% ST + SUBS + 1% LIA INS + TOOLS & EQUIP 0 931 0 114 0 0 0 0 0 0 0 0 0 0 0 Construction Contract Change Order Project: Chang. Ord., No. FW Taxiway 8 Widening and Renabsfatim Fayetteville, - Drake Fold Auport (FYV) Date Prepared City of Filveltvdis Bond 1333 - Garver JOC No 1 i D412 Prepared by. Dewier contractor Cly or FayaBede Bencnm3�. �,.:,,nu-:..,.. ,� rlyv„ 113 W Mountun SUEetw4a, St-, i�•aa 'aye^e.4e - Fayetteyie AR 72701 AR Descriptan of Work Inauded in Contact W:denm read nment ane renaodnaU0, ret 'auway 9 norm �t 'a<,.vay i; Changes and Reasons Ordered (Ust Urdlvldual Changes as: A. B. C. 0.. etc.1 _ I ReconcilaWn of Fnal Ouarwbes 9 Ouarldly Reoonaxaeons This rlaudes die wAri kwon of Cringe Order 03 pal costa based on t1m as4id deducWe vrsl Dues - Additional utity We bang as requ is o for ditch grsdn4 See Item B on Change Order 02 AttachmeMl None Ba 84 Unt Garret Contract Rsvissd ReNssd Original Revised Contrail i Item nem I d Cortina vu Contract I lir Contract ContractChan ea' No Descriown Measure Quarnity Price Quarility Price Cost Cost Ensl:nq Base Mourned L-861TLI LED I Taxiway Edge ughl and I sawrtan A. SS-301-5 I Transformer Removed and Stored for EA 5600 $41 00 5700 S4100 I S229600 5233700 Re,nstalaoon Base Demaksneo A SS•3015.3 g Electrical Condun Cleared of LF 4000.00 50.17 3952.00 $0.47 $100.00 s1 857.44 Cade Emsung Removed x-861 TiLI LED Tataway A SSJ10.6 1 Edge Lent arra Transformer RaeWaMd on FA 56.00 $1 068.00 5700 $1 069.00 560.984.00 $62.073.00 New Base mth New Connector WAS A 0.1015.1 Pevenmert Removal SY 2.475-00 51716 2.389.00 $1728 $42.718.50 $41.234.14 A P-1015.2 Cold Pfnvig (0.7') SY 1 400.00 $680 1.286.93 $8.80 512.040.00 $10.912.80 A P-152-4.1 lidasaAed Esravaam Cy 2 810.110 52338 297100 523.38 $66 697.60 SM 461.96 A P-15213 Unnatabie E=rveor CY 2,611.00 $45.79 2,367.14 $45.79 5719.55769 $108,30714 CtisneC Agg-mate Basi Cone :F A P620i5.t Tlw,c"ss) SY 6 100.00 $12.77 5,909.95 $12.71 STr.897,W $75.170.19 A P-403-8.1 Asohar. Hot Ma Base Cause TR 1.620.00 $12792 1.705.72 $12792 $207.230.40 S21319570 A P4RO.5.18 Runway and Taloway Psv wg (Remectnel SF 32 000.E $0.98 3127100 $0.98 S31 360.00 $30.647.54 A P41211.5, Ito R-ay and Ta<nv.y 0-ting !Nan SF 33.300.00 50.63 12.299.00 50.63 120.9'19.00 526 618.37 Reflearve: A Pb20.5.2 Pavement Manunq Removal SF 37 100.00 $1 14 28.SWW $1.14 $42,294.00 $32.932.32 A 0.701.5.ta 29- x 18- Re:Morced Conase Ards Pipe LF 30,00 $115.40 25.00 $115.40 $3,462.00 52885.00 Cwas I V J A 67015.10 Ir Reinforced ConcriKe Ppe , Chess IV) LF 80.00 $96.00 48.90 $86.00 $7.840.10 $4 70C W A 0.7015.2 18- Rmnfornd Cori eta Pipe Cdr EA 1.00 91 731.00 1.10 $1,771.10 $.193.00 $1 731.00 A 07545.1 Concede Ditch Pa,rg SY 50.00 $66.00 182.00 $65.00 $3.250.0 SIO 530.00 A T-904.5.1 Socdnq SY 5.80g.DID $4.17 5.000.00 54.17 S24186.00 $20.85000 A L-1065.1 No 6 AWG 5 kV L-82! Type C Cads LF 5.400.00 $1 38 5.854.00 $1.38 6746Z $7602.52 Installed :r Tran di Duct Bank or Gongia No 6 AYJG Solid Bane 7-nn.'P.- A L-1065.2 I Wro Inatased n Tr&-Kb Above Me Duct LF 3.65000 $1.80 3.468.00 $1.80 $6.57000 $8.242.40 Baa or ConatA IndudwV Ground Rod& and Ground Conneaon A L-1065.3 T-11" for Drect-Buried Baro rre LF 4.150.00 $1.15 3.188.00 51.15 44 772.50 $3.988.20 Court fe 8- in+ um A L-1 tD.S.I Np Encased Elec .M Concurs i-Way LF 1.350.00 $13.85 1.882.00 $13.85 $60.2A? so $0.718.70 2"C Concrete Encased Elecmal Junction A L-1155.1 Structure L-W7 Cass 1. Spa 16- Dtamder EA 2.00 3294.00 3.00 $291.00 5586.00 5882.00 by 24" B. C0603.01 Reconcixberr of Change Omer 03 LS 0.00 50.00 1.010 S2 178.74 $0.00 52.178.7A C. 00.03.02 Utley Investigations and Line Lo q LS 0.00 $000 1.00 $6.674.00 $0.00 $8.874.00 Su_msnitim of Cod S30x,4xi]9 5$00,244.1$ Net Cop for this Chang. Order ($x,231.21 ) Eehmsted Props Cost Time Change Esamateo Pro ea Cost Contract Start Date Original Contract Tone (cahertdar days) Munch 11. 2019 120 Ongmnel Contrea Amount 92.12$.310.00 Prevlamyy App0ve0 Changes (4434.049.06) P.ry sly Appoveo Chang" (C7letdar days) 8 T1ks Cnerq. Order 113,231.21) Additional Cmvati Tone The Change Order (catmldr days) 0 New Conned Amann 91,6aa,029.74 WWI- Days (Jdy) (..Wdar days) 4 New Canstnictron Compw- Date ji9y 21 2018 THIS AGREEMENT IS SUBJECT TO ALL OR101NAL CONTRACT PROVISIONS AND PREVIOUS CHANGE CRDERS ISSUED FOR REASONS INOiCATED ABOVE � Englrrar Ga Pro,, ect Manager 9 _ i Sl _ i 7 -1 Enpneers Signature Tide Date ACCEPTED BY CONTRACTOR Con a It S: ata 41'.de Date APPROVED BY OWNER0*6 d O r l.< (,fl er 5. -.tie Date Construction Contract Change Order Project:Change Order No. 4 FYV Taxiway B Widening and Rehabilitation Date Prepared: December 15. 2019 Fayetteville - Drake Field Airport (FYV) City of Fayettville Bid 18-43 - Garver Job No. 17041211 Prepared by: Adam White. PE Owner: Contractor: City of Fayetteville Benchmark Construction of NWA, Inc. 113 W. Mountain Street 333 West Poplar Street, Suite A Fayetteville, AR 72701 Fayetteville, AR 72703 Description of Work Included in Contract Widening, realignment, and rehabilitation of Taxiway B north of Taxiway D. Changes and Reasons Ordered (List Individual Changes as: A, B, C, D, etc.) A. Additional sodding to support vegetation growth along drainage swales. Attachments: None Bid Bid Unit Original Contract Revised Revised Original Revised Contract Item Item of Contract Unit Contract Unit Contract Contract Changes No. Description Measure Quantity Price Quantity Price Cast Cost A. T-9045.1 Sodding SY 5,000 $4.17 6,900 $4.17 $20,850.00 $28,773.00 Summation of Costj $20,850.00 1 $28,773.00 Net Cost for this Change Orderl $7,923.00 Estimated Project Cost Time Change Estimated Project Cost Contract Start Date Original Contract Time (calendar days) March 11, 2019 120 Original Contract Amount $2,128,310.00 Previously Approved Changes ($442,280.26) Previously Approved Changes (calendar days) 12 This Change Order $7,923.00 Additional Contract Time This Change Order (calendar days 0 New Contract Amount $1,693,952.74 Suspended Time (calendar days) 0 New Construction Completion Date July 21. 2019 THIS AGR EMENT IS SUBJ L ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVEL)47 Engineer: Garver Manager 02/25/2020 _kjo�Project Engineers Signature Title Date ACCEPTED BY CONTRACTOR � CEO Feb 24 2020 Contra or's Signature Title Date APPROVED BY OWNER Owner's Signature Title Date GRANT RECIPIENT INFORMATION Name City of Fayetteville Airport: Fayetteville - Drake Field Address. 4500 S School Ave. Ste. F City/State: Fayetteville, AR 72701-8016 INVOICE SUMMARY PROJECT INFORMATION AIR Grant Number 3-05-0020-0462018 Project Title. FW Taxiway B Widening and Rehabilitation (Construction) Date Prepared: Mar -20 Reimbursement No. 7 (FINAL) Federal Share % 90% (A) VandorfiChumlDueriptlon (B) InvOl" Number (c) Invoice at! (o) Due 090 (E) Invoice Amount (F) (a) Non/ PmUcItie ing AND EWW COW costs PQ ani Budget h) AND Shm 1. Administration Kutchins and Groh (IFE) 2972 10/17/18 11/16/18 $ 3 750.00 S - $ 3 750.00 $ 3,375.00 S $ $ $ $ 5 $ $ Totals for 1. Administration S 3.750.00 S - $ 3.750.00 $ 5.000.00 4. Architectural Engineering Basic Fees Garver (Part 139 ACM Exhibit Updates) 17041211 CPS -1 12/10/19 01/09/20 $ 7.300.00 $ - $ 7,300.00 $ 6,570.00 Garver 1704121 1CPS-1C 09/11119 10/1V19 $ 350.00 S - $ 350.00 $ 315.00 Garver 17041211CPS-11 10/11119 11/10/19 $ 1400.00 $ - $ 1.400.00 ;. $ 1,260.00 Garver 17041211CPS-1 12/05/19 01/04/20 $ 1.750.00 $ - $ 1.750.00 $ 1,575.00 Garver 17041211CPS-1 02128/20 1 03/29/20 $ 700.00 $ - $ 700.00 $ 630.00 Garver 117041211CPS-1 03/1620 1 04/15120 $ 2.800.00 $ - $ 2,800.00 $ 2,520.00 $ _ $ _ $ - $ Totals for 4. Architectural Engineering Basic Fees $ 14,300.00 $ - $ 14 300.00 $ 14.300.00 6. Project Inspection Fees Garver 17041211CPS-1 12/10/18 01/09/19 $ 3,500.00 $ - $ 3,500.00 $ 3,150.00 Garver 17041211CPS-2 01/15/19 02/14/19 $ 700.00 $ - $ 700.00 $ 630.00 Garver 17041211CPS-3 02/11/19 03/13/19 $ 1,050.00 $ - $ 1,050.00 $ 945.00 Garver 17041211CPS-4 03/07/19 04/06/19 $ 3,635.31 $ - $ 3,635.31 $ 3.271.78 Garver 17041211CPS-5 04/09/19 05/09/19 $ 20,960.07 $ - $ 20,960.07 $ 18,864.06 Garver 17041211CPS-6 05/16/19 06/15/19 $ 30.398.17 $ - $ 30,398.17 $ 27,358.35 Garver 17041211CPS-7 06/17/19 07/17119 $ 23.050.54 $ - $ 23,050.54 S 20,745.49 Garver 17041211 CPS -8 07/10/19 08/09119 $ 28,082.10 $ - $ 28,082.10 $ 25273.89 Garver 17041211CPS-9 08/05/19 09/04119 $ 5,250.00 $ - $ 5250.00 $ 4,725.00 Garver 17041211CPS1 09111/19 10/11119 $ 16,573.81 $ - S 16.573.81 - $ 14,916.43 $ - $ $ $ Totals for 6. Project Inspection Fees $ 133.200.00 $ - S 133 200.00 $ 133.200.00 11. Construction and Project Improvements Benchmark Construction of NWA, Inc. 1 03115/19 04/14119 $ 31,807.33 $ 10,260.00 $ 21,547.33 $ 19,392.60 Benchmark Construction of NWA. Inc. 2 04/11/19 05111/19 $ 168,362.81 $ - $ 168,362.81 - $ 151,526.53 Benchmark Construction of NWA. Inc. 3 05/10/19 06/09/19 $ 238,632.13 $ - $ 238,632.13 $ 214,768.92 Benchmark Construction of NWA, Inc. 4 06/12/19 07/12/19 $ 165212.78 $ - $ 165,212.78 $ 148,691.50 Benchmark Construction of NWA, Inc. 5 07/10/19 08/09/19 $ 610,947.72 $ - $ 610,947.72 $ 549,852.95 Benchmark Construction of NWA, Inc. 6 08/01/19 08/31/19 $ 290,795.75 $ - $ 290,795.75 $ 261,716.18 Benchmark Construction of NWA, Inc. 7 09/19/19 10/19/19 $ 79.605.03 $ - $ 79,605.03 $ 71,644.53 Benchmark Construction of NWA, Inc. 8 02/25/20 03/26/20 $ 108,589.19 $ - $ 108,589.19 $ 97,730.27 $ $ I $ - $ - $ - Totals for 11. Construction and Project Improvements $ 1,693,952.74 1 S 10.260.00 $ 1,683 692.74 S 1,694 292.00 TOTAL PROJECT BUDGET $ 1,846,792.00 GRANT AMOUNT $ 1.652,878.00 PERCENT COMPLETE 100% TOTAL REIMBURSEMENTS TO DATE $ 1 651,448.00 PREVIOUS REIMBURSEMENTS $ 1 487.590.00 AMOUNT OF TINS REIMBURSEMENT $ 163,858.00 I certify t t to the b y knowledge and belief the billed costs or disbursements are in accordance with the terms of the project d that th r imbu Bement r presents the Federal share due, which has not been previously requested, and that all v is' ordance he to ms oft award. 4/2/2020 ign ure Date Federal Financial Report OMB Number: 4040-0014 (Follow form Instructions) Expiration Date: 01/31/2019 1. Federal Agency and Organizational Element to Which Report is Submitted 2. Federal Grant or Other Identifying Number Assigned by Federal Agency (To report multiple grants, use FFR Attachment) AIP 3-05-0020-046-2018 - FAA 3. Recipient Organization (Name and complete address including Zip code) Recipient Organization Name: city of Fayetteville Streetl: 9500 S School Avenue Streetl: Suite F City: Fayetteville County: Washington State: AR: Arkansas Province: Country: JSA: UNITED STATES ZIP / Postal Code: 72701-8016 4a. DUNS Number 134398903CCCC 4b. EIN 5. Recipient Account Number or Identifying Number (To report multiple grants, use FFR Attachment) 71-6018462 6. Report Type Quarterly Semi -Annual Annual ® Final 7. Basis of Accounting ® Cash ❑ Accrual 8. Project/Grant Period From: To: C8/01/2C18 03/01/2020 9. Reporting Period End Date 03/01/2020 10. Transactions Cumulative (Use lines a -c for single or multiple grant reporting) Federal Cash (To report multiple grants, also use FFR attachment): a. Cash Receipts 1, 651, 998.00 b. Cash Disbursements 998.00 c. Cash on Hand (line a minus b) (Use lines d -o for single grant reporting) Federal Expenditures and Unobligated Balance: d. Total Federal funds authorized 1, 652, 878. CC e Federal share of expenditures 651,448.CC f. Federal share of unliquidated obligations 0.00 g. Total Federal share (sum of lines a and f) 1, 651, 448.00 h. Unobligated balance of Federal Funds (line d minus g) 1, 430.00 Recipient Share: i. Total recipient share required 193, 759.74 j. Recipient share of expenditures _754.741 k. Remaining recipient share to be provided (line i minus j) 0 . C C Program Income: I. Total Federal program income earned c . oc m. Program Income expended in accordance with the deduction alternative C . OC n Program Income expended in accordance with the addition alternative 0.0 o. Unexpended program income (line I minus line m or line n) C.001 11. Indirect Expense a. Type b. Rate c. Period From Period To d. Base e. Amount f. Federal Share Charged 0 g. Totals: 12. Remarks: Attach any explanations deemed necessary or information required by Federal sponsoring agency in compliance with governing legislation: Add Attachment I Delete Attachment I View Attachment 13. Certification: By signing this report, I certify that it is true, complete, and accurate to the best of my knowledge. I am aware that any false, fictitious, or fraudulent information may subject me to criminal, civil or administrative penalties. (U.S. Code, Title 18, section 1001) a. Name and Title of Authorized Certifying Official Prefix: xcncrac-e First Name: L' one_d Middle Name: Last Name: Jordan I Suffix: Title: 14ayor, City of Fayetteville b. Signature of thorized Certify g Off ' I c. Telephone (Area code, number and extension) 479-515-8330 • d. IbAl A dress e. Date Report Submitted 14/2120-201 1 14. Agency use only: _jordan@fayetteville- gov Standard Form 425 OMB Number: 4040-0011 Expiration Date: 01/31/2019 1. TYPE OF REQUEST 2. BASIS OF REQUEST OUTLAY REPORT AND REQUEST FOR ® FINAL ® CASH REIMBURSEMENT FOR ❑ PARTIAL ❑ ACCRUAL CONSTRUCTION PROGRAMS 3. FEDERAL SPONSORING AGENCY AND ORGANIZATIONAL 4. FEDERAL GRANT OR OTHER IDENTIFYING NUMBER ELEMENT TO WHICH THIS REPORT IS SUBMITTED ASSIGNED BY FEDERAL AGENCY FAA AIP 3-05-CC--C-C4F--C=E 5. PARTIAL PAYMENT REQUEST 6. EMPLOYER IDENTIFICATION 7. FINANCIAL ASSISTANCE NUMBER FOR THIS REQUEST NUMBER IDENTIFICATION NUMBER FINAL -6C18462 PERIOD COVERED BY THIS REQUEST From: Og/01/2018 To: 03/01/2020 9. RECIPIENT ORGANIZATION Name: CITY OF FAYETTEVILLE Streetl: 4500 S SCHOOL AVENUE Streetl: SUITE F City: FAYETTEVILLE County: WASHINGTON State: AR: Arkansas Province: Country: USA: UNITED STATES ZIP / Postal Code: 72701-8016 10. PAYEE (Where check is to be sent if different than item 9) Name: Streetl : Streetl: City: County: State: Province: Country: ZIP / Postal Code: STATUS OF FUNDS CLASSIFICATION PROGRAMS FUNCTIONS ACTIVITIES (a) (b) (c) TOTAL a. Administrative expense $ $ $1 1$ b. Preliminary expense 3, cc1 1 13, EEOC c. Land, structures, right-of-way d. Architectural engineering basic fees 4,3cc.cc e. Other architectural engineering fees f. Project inspection fees 133 z e c. c c 133, z o c. c Cl g. Land development h. Relocation expense i. Relocation payments to individuals and businesses j. Demolition and removal k. Construction and project improvement cost 1,693 952.74 1, 693, 952.74 I. Equipment m. Miscellaneous cost n. Total cumulative to date (sum of lines a thru m) 1,845 zo2.74 9=5,2C2-74 o. Deductions for program income lc,z6e.ea 1o,26C.Ce p. Net cumulative to date (line n minus line o) 1,834; 992.74 834, 942.74 q. Federal share to date 1,651,448.00 1,651,448.00 r. Rehabilitation grants (100% reimbursement) s. Total Federal share (sum of lines q and r) 1,651 948.00 1, 651, 448.00 t. Federal payments previously requested 1,487,590.00 1,487,590.00 u. Amount requested for reimbursement $ 1631858 -Col $ $ $ 163, 858. Cc v. Percentage of physical completion of project ce.cc o /o 0 /o 0 /o _cc.co 12. CERTIFICATION I certify that to the best of my knowledge and belief the billed costs or disbursements are in accordance with the terms of the project and that the reimbursement represents the Federal share due which has not been previously requested and that an inspection has been performed and all work is in accordance with the terms of the award. a. RECIPIENT A SIGNATURE Al1THORIZED TYPED OR PRINTED Prefix: Honorable First Name: Lioneld Last Name: Jordan Title Mayor, City of Fayettev:___ TELEPHONE (Area code. number.. and extension) 979-575-833C b. REPRESENTATIVE CERTIFYING TO LINE 11V OF FYING OFFICIAL TYPED OR PRINTED NAME AND TITLE Prefix: Mr. First Name: Adam Last Name: white Title: Senior Project Manager TELEPHONE (Area code, number, and extension) 479-287-9635 Middle Name Suffix: [ Middle Name: Suffix: PE DATE REPORT SUBMITTED 4/2/2020 DATE SIGNED 3/16/2020 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 8/31/2019 Construction Project Final Acceptance Airport Improvement Program Sponsor Certification Sponsor: City of Fayetteville Airport: Fayetteville - Drake Field Project Number: 3-05-0020-046-2018 Description of Work: FYV Taxiway B Widening and Rehabilitation (Construction) Application 49 USC § 47105(d), authorizes the Secretary to require me certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program. General standards for final acceptance and close out of federally funded construction projects are in 2 CFR § 200.343 — Closeout and supplemented by FAA Order 5100.38. The sponsor must determine that project costs are accurate and proper in accordance with specific requirements of the grant agreement and contract documents. Certification Statements Except for certification statements below marked not applicable (N/A), this list includes major requirements of the construction project. Selecting "Yes" represents sponsor acknowledgment and confirmation of the certification statement. The term "will" means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. The personnel engaged in project administration, engineering supervision, project inspection, and acceptance testing were or will be determined to be qualified and competent to perform the work (Grant Assurance). ❑X Yes ❑ No ❑ N/A Construction records, including daily logs, were or will be kept by the resident engineer/construction inspector that fully document contractor's performance in complying with: a. Technical standards (Advisory Circular (AC) 150/5370-12); b. Contract requirements (2 CFR part 200 and FAA Order 5100.38); and c. Construction safety and phasing plan measures (AC 150/5370-2). Q Yes ❑ No ❑ N/A 3. All acceptance tests specified in the project specifications were or will be performed and documented. (AC 150/5370-12). X Yes ❑ No ❑ N/A FAA Form 5100-129 (1/17) SUPERSEDES PREVIOUS EDITION page 1 of 3 4. Sponsor has taken or will take appropriate corrective action for any test result outside of allowable tolerances (AC 150/5370-12). X Yes ❑ No ❑ N/A 5. Pay reduction factors required by the specifications were applied or will be applied in computing final payments with a summary made available to the FAA (AC 150/5370-10). 0 Yes ❑ No ❑ N/A 6. Sponsor has notified, or will promptly notify the Federal Aviation Administration (FAA) of the following occurrences: a. Violations of any federal requirements set forth or included by reference in the contract documents (2 CFR part 200); b. Disputes or complaints concerning federal labor standards (29 CFR part 5); and c. Violations of or complaints addressing conformance with Equal Employment Opportunity or Disadvantaged Business Enterprise requirements (41 CFR Chapter 60 and 49 CFR part 26). Q Yes ❑ No ❑ N/A 7. Weekly payroll records and statements of compliance were or will be submitted by the prime contractor and reviewed by the sponsor for conformance with federal labor and civil rights requirements as required by FAA and U.S. Department of Labor (29 CFR Part 5). ❑X Yes ❑ No ❑ N/A 8. Payments to the contractor were or will be made in conformance with federal requirements and contract provisions using sponsor internal controls that include: a. Retaining source documentation of payments and verifying contractor billing statements against actual performance (2 CFR § 200.302 and FAA Order 5100.38); b. Prompt payment of subcontractors for satisfactory performance of work (49 CFR § 26.29); c. Release of applicable retainage upon satisfactory performance of work (49 CFR § 26.29); and d. Verification that payments to DBEs represent work the DBE performed by carrying out a commercially useful function (49 CFR §26.55). ❑X Yes ❑ No ❑ N/A 9. A final project inspection was or will be conducted with representatives of the sponsor and the contractor present that ensure: a. Physical completion of project work in conformance with approved plans and specifications (Order 5100.38); b. Necessary actions to correct punch list items identified during final inspection are complete (Order 5100.38); and c. Preparation of a record of final inspection and distribution to parties to the contract (Order 5100.38); ❑X Yes ❑ No ❑ N/A 10. The project was or will be accomplished without material deviations, changes, or modifications from approved plans and specifications, except as approved by the FAA (Order 5100.38). Q Yes ❑ No ❑ N/A FAA Form 5100-129 (1/17) SUPERSEDES PREVIOUS EDITION page 2 of 3 11. The construction of all buildings have complied or will comply with the seismic construction requirements of 49 CFR § 41.120. ❑ Yes ❑ No ❑X N/A 12. For development projects, sponsor has taken or will take the following close-out actions: a. Submit to the FAA a final test and quality assurance report summarizing acceptance test results, as applicable (Grant Condition); b. Complete all environmental requirements as established within the project environmental determination (Oder 5100.38); and c. Prepare and retain as -built plans (Order 5100.38). Q Yes ❑ No ❑ N/A 13. Sponsor has revised or will revise their airport layout plan (ALP) that reflects improvements made and has submitted or will submit an updated ALP to the FAA no later than 90 days from the period of performance end date. (49 USC § 47107 and Order 5100.38). ❑X Yes ❑ No ❑ N/A Attach documentation clarifying any above item marked with "No" response. Sponsor's Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked "no" is correct and complete. Executed on this 2nd day of April 2020 Name of Sponsor: City of Fayetteville Name of Sponsor's Authorized Official: The Honorable Lioneld Jordan Title of Sponsor's Authorized Official: Mayor A Signature of Sponsor's Authorized Official: I declare under penalty of perjury that the foregoing is true add 96rrect. I understand that knowingly and willfully providing false information to the federal governme Va violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. FAA Form 5100-129 (1/17) SUPERSEDES PREVIOUS EDITION page 3 of 3 June 28, 2005 Appendix 10. Final Inspection Report Order 5100.38C (FAA Form 5110-17) FAA Form 5100-17 (7-70) SUPERSEDES FAA FORM 1627 Page 1 of 1 Reports Identification Symbol. AS 5100-4 PROJECT NO. AIP 3-05-0020-046-2018 AIP FINAL INSPECTION REPORT SPONSOR'S NAME DATE COMPLETED DATE INSPECTED City of Fayetteville 7/31/2019 8/21/2019 SPONSOR'S ADDRESS NUMBER OF CONTRACTS THIS PROJECT 113 W Mountain St, 1 Fayetteville, AR 72701 FUNDS FAAP/ADAP OTHER AIRPORT NAME Fayetteville - Drake Field Airport TOTAL BID $2,128,31.00 LOCATION Fayetteville, AR TOTAL AMOUNT CHANGE ORDERS ($434,357.26) CONTRACTOR'S NAME Benchmark Construction TENTATIVE $1,693,952.74 TOTAL COST 1. DESCRIPTION OF WORK (Indicate portion of project description applicable to the contract inspected. Additional description may be given to define the scope of the contract and to indicate eligible work and ineligible work.) The project included the widening and rehabilitation of approximately 2,100 linear feet of taxiway at Fayetteville — Drake Field Airport. The newly widened and rehabilitated Taxiway B servers most of the airport's traffic, including its largest charter aircraft. The newly widened taxiway will allow aircraft to access the full length of Runway 16-34 from the terminal building without having to cross Runway 16-34. 2. QUALITY OF WORK ALL ELIGIBLE FAAP / ADAP WORK IS: Z SATISFACTORY ❑ UNSATISFACTORY (Explain in item 3) 3 SUMMARY OF TEST RESULTS Describe any unusual construction or installation conditions. If unsatisfactory ineligible work which can adversely affect eligible work exists, explain in detail. If previous inspection reports indicate unsatisfactory work, give date of inspection and comment on conditions found at the time of this inspection. None Noted 4. COMMENTS See Attached Punch List 5. NAMES AND TITLES OF PERSONS PRESENT DURING INSPECTION Adam White (Garver) Roger (Benchmark) Jared Parr (Garver) Steve (Benchmark) Summer Fallen (Airport) DATE 08/22/2019 TITLE arta Senior Project Mer 1 9 SIGNAT E FAA Form 5100-17 (7-70) SUPERSEDES FAA FORM 1627 Page 1 of 1 OVERALL PUNCHLIST ITEMS: ® M 1. Removal all Erosion Control Devices from Project Site 2. Perform Haul Road Repair 3. Remove all remaining stakes / flags LEGEND 4. SubmitAffidavit Paperwork (See Special Provisions) nNcaevevEar •� 5. Submit Release of Lien for Benchmark and all Subcontractors (See Special Provisions) 6. Submit final megger testing results and CCR calibration reports _ ee s*�,m•w..z on.zsm's* aaos .Ew• 7 Deliver spare electrical parts to the Owner ,Nsaµn:TC noa�ru —av— awa.•. srsEry AaEaEz 8 Add Anti-Seize to all bolts. P1 za.,raew,e,=13'°'x oE. C CrENEE1— _. M— —E .. p.,cE.E .xxcn3.s ucENsen xxvEN�sroN.,. --,nz - —E. -11 T ErsnNc . ,� — . O. oaaaosEo,a�En.,nCnw -------0`"---.n-- ;- -� - o Ewsrwcco.rova s .., wraras. d $y TAXIWAY B '' . ..._.. ",au`sro�wo w -=L-Tor.E—=aoTEo ca.T—T.- sEEokE asrvasEo� : N pg e xwTµE, J� " Z nu T,:� twT""ioa. ns°Oee ca,N�-•z.z.za sTkE Tv o a cosi x.E a `e - .i ir� :.v •aca an •,zw.a = es wxEroa xuacnoH aoz , w�=zz.sz r�zcxv i �=,z.x.m nze am �E�. xzco. nxz,raw nn•,zw.,s U � Q VIVO M z o 3c zao mm cez "'SQQQ((( IrCuu y� --_ — - 0 - .. _ _i— - _ ... — _- ^ fFNpNG1aR41ACE A xT RANI MYMAP RUNWAY 16-340-702 a 28 �• ,.ons,: aF Iec.n LT �� w,zws , LEGEND -� sTwc FJ,vEUE«T —o.—�E�r.AEE= J .Tp«:Izvau Im- v...n• E,E—,. -- r�ELEVxiprv.,]5..50 — APRON _ . si.,,,.z.,,.o myro , v — F—F-1 aI:s lwW tl�4M..Y..rtl Exlsnry -c E«T 11"of 'EoD ,1,5.- p«II Mry.M «a. -_ 1 wLEi,NrvOTp« TM �•x� � I'MT LT L _ .LL�FOF ® 0 s n O STK \ Ynoa:aFF u.wL srn.,w .o�v IT ,Ts,.d FL-xSt,rE �. Ln E..'- coxroOn — — U oU _ W «os ry«LE sso,rvErvsEwreo o« «oTo« H Lu : sy _ TAXIWAY 8i,`.`s°i _- — -77-- -_ w = kLT-11LwasEowL�ro«n « .'e JZ 'TATarvw - x Jn«c u w:,ary IES-,z.e�.o3 .sn w ME COST OF 2 FL z. rvcv isi=t1Nw Im.,iroa FLIe«C 1 -1-11 «Ei O«J «nrory naa 3 R („) vsn —� �`' Ia Fcc rvn.,xo.e� - _._-- srw,o..zii. oFF.>an LT «Fs.usEovmrv.nvs coLZJn oFz -- - zicaFssr - z n«rs,Erv_w r, EF, Erv,�FLcw L�nac� FU- CONCRETE DITCH PAVINGTA— FLovnws y az un z'0 n,s zssn LT ........ w .. Y Q .u. Inns .zmT ,zssz. is c a .,=zLr �8w mJ 3 ` EEL �aaoNceoawart Puv■ i � sEE w u+onww KEYMAP NI o.reuxE zo,e RUNWAY 16-34 C-303 30 yr s _ a LEGEND � mof—T aepRt.,sl—l—EI i ., rF ossEer iRSE A� ossrxcsEfnEEzo+�E w�eiuEs Lr �I ---� _ — — —.— -- —T PRaRE-Tos so cuwsRr m�ewuncmx xY"m m iz� v> sox U wn. .............. 'i 'J mpipsEO CANTauR Y —� ` - ._._. W NOTES W Ux�E3saTxERr--TEaaax.—.ER sxK�rof�oaNrosEEok�a�n,R3Eo w z z F f IF - ,2c 2 -1 —_... ofz zoo ofl I.a oa -- af- - z_c o _ do. mm 3� ^s BEE rRIICTgxsMET'N.a wusmc LLV OLCMlOMNK,E PLW v RUNWAY 16-34 R.NM fan aErNs. KEYMAP C -SM x 31 APRON LEGEND S E�sEo.c»MEi„Iw. V, Y•.. 4 EIT p .D r Insiu. r ors.>sE,pncmMov ave. a Inran w mnl rA.�A. n p .a..,spE ME. 7t"- --- v ki 1.11T cH .�rv�Ess or�ERwlsEwre a r 1 aA v�p+ O.Inp CLro61 _ vio OFA ,m.m RECENE TAA.E=i MEpw !moi A'T cErvrER LLI O m °y TAXIWAY B Poo b nwGMvsogr[m[ w < x REEEAE— rnCIZ x _ �o Nw R.m IrvE n,nRwrvc ym``` _ J Lu A IIE k E° `nE laEr..c.m RlEuwv.�ss5r nE uununc.c� w- vEucw. msr � qw an n �� rc � .sn -- 2 ccwsrnuDcrlOne wslrvcn �rEowrir0� U AunwA. eA I—T vsnluncs. Isrwc a s` ./ —_ ■ .nIN. w M naaM vbro—���/ --Ke IM Co n11w1Na MM.. rvEA 1 IE p DOn MiE WIT. RErLEcirvE MEaw. ••••••••L• ri.Z 2 vsn c Z� Oe2 T caNsmucilON ECYO5E00uRIN0 JQ; mJ Or r IA Q z. K r PAVEMENT MAPo(MG 16-34 KEYMAP Ep M-102HT RUNWAY a LEGEND oeEE E"EE �onE � f� - °•, :EEE.o«..,1"�Esso,�E�,eE 'Eo "°G ` 0 o nE�E� nEE.E mE MEaw -. �En.EnE .' E�En.E�WE Lu w bW, o c gy TAXIWAY B cn yn EEnEE Lu �eE —1— T. W ',EW ,nnrv. E» �sEM E� nE.��END`=.-4-l- 1=-N Z J vsr --- nes Veb nss vsb Z J v v [anstn�c.arvar,ws�rc. W,Eo,W,ry = F crz zc arz bo oi3 2� aci Sia uwnwncs. a isnnc --AY"s .111BE .I og� Wirry nEFL.DVEnEpA iron M*E C 3C D do= mJ �Ky YS �9e ;rc LLW: PAVEMEN' Kmiv KEYMAP RUNWAY 16-34 11E 11 _ �pM-104 e - -- ---- _ . 46 LEGEND — emsn«GP.wEmExr — az —sou scats zons / azoic.. x, sF + aNa rno c.. rao or. — .Ra'n .s ¢NSEED NoiEs: +. Mx�,.... n.snm�ucisza rin'�x. N.m., ...z � .innuosoos rws z snEEron�v. unisuo rnsavnss rwrso. Rxo ymi o asF,cci x s - _ xnor aEcewE aEr�Ecrws ucou a�.�.. 111 v cEnrsasocn rss csnrsauns - ,owr. S Lu c sin �ursoa o W-s,�a,� s asssasncs. aENo 5�0 as. - / Y — ran as+ rsn nsn rsn aa.. a EEla caor Gzm tcEzae roa ccnsrm.cria. o«.sr.e. wreowrtn b E oPr.�eomm J = - crz zio zs arz no z ITEI 111, aunwav e.vsmsnr maaancs. wnne co a vnrn aEILEC-1 ou. rnn aarE •••••:''�2 >- Q X vEx�av ,ax55r Emnaxwc �o� Q zC 0~ :Jo' m oC G LLu` �a PAVEMENT MOW PIAN V Amm— - n i RUNWAY 16-34 KlrMAP � T _ - wre A,nE m,a e�a �_— � ..��t.♦ . �.,�M-103 47 _ -- r''' r APRON NG,Eg ,. EEFS»EEiE.2o—GENENK 5 6 TNtiWRV LIGHT —LING BCNO WuvlFRP06E UNNG ExOiNENu1C wEL lE . 1 u�v EOL£ lxiNiup EAEWIWG IIL all l�=MM Mw. L�PRMY.v CONNE.—.. 1-1 m.Ipm un� ®3EGWLGGaCEG• oNi.W 1e.r ®3 EWML,IRC LENGM4 GE �J Se 02EgML NC LE—1. Q � sa.cE.i soarcEns '\moi nN �As PvfF IONONaL F, ® 2EOUK 5aACE5.F>BO.Y �vw vOSLi 0 T'a.l 2�y� d TAXIWAY B 7 I Lu r $y i Lu J aaM.n.aa Ilam r�o won. Z 3 2 QJ TV EDGE UGn:AT s NEMun lrvn., 1=71 1I� --=i—H:. NPvcEW�i1vnO.l V I�O>> LCNi a.sE. x�vcinn cu..w Nif.w tau tl11�M Q �•nill�wp c o i� w. o mJ � d Wa, o a wg i� 0 C EIECiWC0. %STILUiKIN � lO RMSI KEYMM RUNWAY 16-34 �E•202 E. 37 I E-1 APRON I—Ay LIGHT E�2 �_7T»E! _cwpTEPPasE PI asivuuiEo iry 51\ ll:E *.TT I R E: E.— SPACES 11 PT TI —ES AT 1. TAXIWAYS Lu z p_______________p_ -----/ y- BNTF.- I - X, I._ I. �I "IT 'T --T 111-11AI u < NI—E—) z z 'o, mJ z 91 z ELEcTKAL hsT� RUNWAY 16-34 KEYMAF LL Aj— 207 A ='R 38 xOTEE �,PEE,E.�,F�,�ENEPw.q,EE iAgWRV LiGNi SPRCiNG. �v'l vv�v"'y I d—T(I) Q , 9PKE Ni Soar` ® AEWNL EVKES NT ,B&Y MO MR4pF roues rl 1pMCWF cONNEOigi gT3.ITvv1 �- M ropFoll NM waMo vwry 1.77- iPucT �,WS M. tlr 1pM en. INSTNU CNBIES.16 TED.1 -1 PR�FTSSIONNL W) �r•.ar..vnx+ W +— 0--� EwuM VOpF � u1 H Lu .Imw.MmLF. AeeepeE F TAXIWAY B Lu T 'w wL z z UU - F- H NE.PEsi il �E ,wa — l—Tai sqn Tc PEvin m PlncE. rtes., z _c LLLL' ELECTKAL Eui,IwaloN FVNSN KEYMAP RUNWAY 16-34 59 I]GlEP _c.ri'~ rs�� i ,� sEE9HEETEm,FOACEHEMLWfrs T -WAY LIGHT SPACING 5 u�°s% INS—I—)`EO Aea.n.mm^nw Q ]EOULL SLICES Ai ]Tss OFFSET wsTAPCE SPow«. ,rw. .qn YYr Iw .Ipn. ®. EOWL APC LENO]PS D<JT]l yp .Indra w R Y plaYrr glrr y.. GLACE LIC*TwPH EIXULSwLE9♦O AOI.CEHi LGHlS Ql tsGAOE Al so.W AP VS'As y` O .EOWLSGACES ATtN.H 0.IFT slOAt OF PEnc11V01 ALL YEW LaW4 IE➢fapAHEEIIOP ®tSGACE A!]B.ts p AMMPE.9Gx 9HYl �TPL T�iIEfrO� �� .• - _ N GosmoH Aunlv]p. ~�l Ar EI=LM TµDEtaD LL ITILI GPwAnvcaPHECTOP IaTs. 2 wnlrwlEp. mG.l IT.G.I n y W V '-y � _Z jLL CJ > - QsiKLHEw gg � COHCPElE= ]uHL:POn Cu.O LIm Q � GIC ins uswLs .�Y'y' 9I I °I� Q rM,Ilnpe round HI upM Hue rMM ma llpM rase waMe.wb •..•-u. La gs^ _ j �� III^qa wane.n ltl^ _ N]l;n - on nEw � W a i2 �e R ogdlnuw ae - - NYYI oa Jg' mJ TO EIECTwL NST/ TIGN dee z^e pp wm., ro. p^. OTIINI— 5 Kerrer i� RUNWAY 16-34 a k 00 I DTDRE_ ® ' ND�N.RR 1 RE TDo,TED m.INE Tn rnE DR D 8" 01' DF= o� s mna�En Y-0. m rsR. i' Y . RE1mN. NIEILLINE // '. IN9TAII—RE—E 11 11 LEGEND �mr RRORo,EDADNAT,wRrA c Noiss. ex�3.s uF sm Ry, :ETow.v.uw.Ess oTnERwrsE NOTED. rA � REC REFLECTNEl= 5- 1 m • RE EREN CENTEREDIN GMrFMTE OME � a RENDVED RypR Ta nrE NEw�PR�irwnDN. 33y[ sSEE ureD wrrn 3 E rENFcwnr NARnrwswssco _ o Nsrm,OTla. RnwslNc BE E RunwAr R�vENEnT Nrawncs. Tnw .�, roir REaecTrvE A<w+ ncN rare i� C 2F moo+ mJ K LLLL` �a PAYEMENTNPPo(NG PINI h KEYMA� IwuxN M-106 ET _ 46 Thomas & Associates, Inc. Material and Soil Testing Construction Observation P.O. Box 4487 LiTe Rock, Arkansas 72214 501-960-7802 -501-664-5181 (tax) April 5, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Bcn Perea SUBJECT: DAILY CONSTRUCTION REPORT — SUBGRADE TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached, as Plate 1, the daily construction report for subgrade observations made at the above -referenced project on March 28, 2019. Should you have any questions, please do not hesitate to contact us. Sincerely, THOMAS & ASSOCIATES, INC. Enice Thomas President KABlame DATE 3128/19 DAY CLEAR OVERCAST RAIN SNOW W'1'11 TEMP F S PROJECT Taxiway B Widening and Rehabilitation -- Drake Field WEATHER BRIGHT SUN CLEAR OVERCAST RAIN SNOW JOB NO. 19-5020 TEMP TO 32 32-50 50-70, 70-85 85 UP CLIENT Garver WIND STILL MODERATE HIGH REPORTNO. 1 CONTRACTOR I Benchmark Construction HUMIDITY DRY MODERATE HUMID SUPERINTENDENT CONSTRUCTION ACTIVITIES A site visit was made on March 28, 2019 to observe subgrade conditions where Taxiway B will be widened to the west. Our site visit was conducted as requested by Brian Butler with Garver. Brian and Keith Roberts with RCR were present on-site at the time of our visit. Observations and recommendations discussed on-site are summarized below: Subg[ade Observations — Taxiway B Widening • Earthwork has started where Taxiway B will be widened to the west. At the time of our visit cuts to reach plan finish subgrade elevation were underway • Soils at finish subgrade elevation consist of high plasticity clay. Per the recommendation of the project geotechnical report (GHBW 17-011) the new pavements should be underlain by a minimum of 2 ft of engineered fill • Test pits were excavated at two locations to evaluate soil conditions with depth. Based on the test pit observations, it was recommended to proceed with the minimum 2 ft undercut. Soils are generally expected to be stable at the 2 ft undercut depth. If unstable weak, saturated or otherwise unstable soils are encountered at the bottom of the initial 2 ft undercut, the need for additional undercut should be evaluated by the Geotechnical Engineer • Minimum undercut may not be necessary if areas of existing fill are encountered. Where existing fill is present it is recommended that fill depth be confirmed to be a minimum of 2 ft. If a minimum of 2 ft of existing fill is present, it may be retained provided it passes a proof -roll • Discussed observations and recommendations with Garver and RCR BY TITLE _ Kyle A. Bennett, P.E. Associate/Project Manager April 5, 2019 PLATE 1 TtIOMIs & Assoclatesj Inc, Material and Soil Testing Construction Observation P.O. Box 4487 Littfe flock, Arkansas 72214 501.960.7802 •501-664-5181 (fax) June 4, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: FIELD DENSITY TEST RESULTS TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached the results of the field density tests performed at the above - referenced project. The test results confirm compaction at the subgrade location tested on the date noted below. Should you have any questions, please do not hesitate to contact US. DATE TESTS PERFORMED: June 3, 2019 FIELD TEST NUMBERS: 18 ATTACHED PLATE NUMBERS: I Sincerely, THONIAf�S&QASSOCIATES, INC. Enice Thomas President KABlame 0 Q C O R .a IQ r d ca G -c 0 U w O co CD Q Cn Q LU g Q. EE E 0 > 0 U p. O aJ U O � C E-0 0 C) E vi C a . E ti �cra a U C U R u E a Lq a 0 Uj rn U � N J s _ m n C)? ❑ d _ C U � a L1 O N N C d C O j9 U. N o 20 OL 75 C M i LL N E � � M J O � cu C7 N Q 0 N r N H N Q a o is N M N O 2 00 r LU g Q. Thomas & Associates, inc. Material and Soil Testing Construction Observation P.O. Box 4487 Little Rock, Arkansas 72214 501.960-7802 -501-664-5181 (fax) May 23, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: DAILY CONSTRUCTION REPORT TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached, as Plate 1, the daily construction report for the subgrade observations performed at the above -referenced project on May 14, 2019. Should you have any questions, please do not hesitate to contact us. Sincerely, THOMAS & ASSOCIATES, INC. 60 ��X Enke Thomas President KABlame DATE 5/14/19 DAY S I M T I WITH SNOW I F S PROJECT Taxiway B Widening and Rehabilitation — Drake Field WEATHER BRIGHT SUN CLEAR OVERCAST RAIN SNOW JOB NO. 19-5020 TEMP TO 32 32 -SO 50-70 70-85 85 UP CLIENT Garver WEND STILL MODERATE HIGH REPORT NO. I CONTRACTOR I Benchmark Construction HUMIDITY DRY MODERATE HUMID GY•1 q:71`►YY�1�1��Q& CONSTRUCTION ACTIVITIES A site visit was made on May 14, 2019 to observe subgrade conditions at the north end of Taxiway B. Our site visit was conducted as requested by Johnny Boles with Garver. Johnny and Keith Roberts with RCR were present on-site at the time of our visit. Observations and recommendations discussed on- site are summarized below: Subgrade Observations — Taxiway B STA 121+50. Lt • Earthwork was underway in the radius widening area at the north end of Taxiway B • Undercut was completed to provide 2 fl of engineered fill beneath the new pavements in the vicinity of STA 121+50, Lt • Subgrade soils at this location consist of stiff gray clay at the planned 2 ft undercut depth. The clay soils were manually probed and found to be stable. Additional undercut is not recommended at this location • There is some seepage occurring through the cut bank. The seepage appears to be slow enough to be able to be controlled by sump and pump • At this time select engineered fill is expected to be suitable for use as backfill material. Should heavier than expected seepage occur, consideration may be given to using aggregate base course in lieu of engineered fill as needed • Discussed observations and recommendations with Garver and RCR BY TITLE Kyle A. Bennett, P.E. Associate/Project Manager May 22, 2019 PLATE 1 Thomas & Associates, inc, Material and SO Testing Construction Observation P.O. Sox 4487 Little Rock, Arkansas 72214 501.960-7802 -501-664-5181 (fax) April 23, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: FIELD DENSITY TEST RESULTS TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached the results of the field density tests performed at the above - referenced project. The test results confirm compaction at the base locations tested on the date noted below. Should you have any questions, please do not hesitate to contact US. DATE TESTS PERFORMED: April 22, 2019 FIELD TEST NUMBERS: 14 and 15 ATTACHED PLATE NUMBERS: 1 Sincerely, THOMAS & ASSOCIATES, INC. �"tw -x Enice Thomas President KABlame 04 3 0 JII m r af M O 0 z W m chi} 0F pi Q Y / � W U- F— U) - F— V / Z W LOLO LO T W � O Q f0 .G r � 4) w X w ad Z) CM 0 C w U m O CO z 0 3 U F- O U O U Li 0 m N � E Eo � a 0 ` O � O L fa a0 E 13 0 Em o 0 0 0 EQ0a o 0 o r U CD r a E 0 0 IL v LL V u') M LO cmc J .N C a Cl) r� LL V T M T D C e M M m a O c m c U L d is y 3 L O � N � N o.G CL ` a�� E w c w c w a 0 ch o M co N w c C O T � J T T F- U) T (N T J T J U) N t N Q rn r m N O N N �^ o z •— w Q d Thomas & Associates, il;c, Material and Soli Testing Construction Observation P.O. Box 4487 t-Ittle Rock, Arkansas 72214 501-960-7802 -501-664-5f81 (fax) April 12, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: FIELD DENSITY TEST RESULTS TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Pcrea: Please find attached the results of the field density tests performed at the above - referenced project. The test results confirm compaction at the subgrade locations tested on the date noted below. Should you have any questions, please do not hesitate to contact us. DATE TESTS PERFORMED: April 11, 2019 FIELD TEST NUMBERS: 11 through 13 ATTACHED PLATE NUMBERS: 1 Sincerely, THOMAS & ASSOCIATES, INC. ' - X Enice Thomas President KABlame 0 N LO O O D O 0 z w mco O w -3 1 -- w z LU 0 'a� W LL w H Q a � £ O U > O O � U O M U C O O 0.. U c g v O O O cr CL 0 E in T Lo O u v CO O O OE IL U LL � N N N a J T O D r N m O O O O O O D N O � a N N N N N N d a? � o .Lo U TS N co It N LL Ln 6 N U Q- Q y O N (D o0 0W ca i7 ro O w — o CL y d c `a U -a L a Q a 73 -0 D - E U) U) Z M r N C O m J LO rF Lo N O LO m M co Cl) C7 o O Q Q Q U) cn V) o � N m � � U) N Q rn o N r �^ O Z N t c� w H Q Thomas & Associates, Inc, Material and Soil Testing Construction Observation P.O. Box 4487 Little flock, Arkansas 72214 501-960-7802 •501-664-5181 (fax) April 5, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: FIELD DENSITY TEST RESULTS TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached the results of the field density tests performed at the above - referenced project. The test results confirm compaction at the subgrade locations tested on the date noted below. Should you have any questions, please do not hesitate to contact US. DATE TESTS PERFORMED: April 2, 2019 FIELD TEST NUMBERS: 1 through 4 ATTACHED PLATE NUMBERS: Sincerely, THOMAS � &aASSOCIATES, INC. Enice Thomas President KAB/ame 0 (N C=> LO O z m O n Q c O .Y .a t d w 06 In U LU 'y O Of a c 0 a m w m D w h U) w F -- w w' D 0 w U O a z O F- 0 O U } O Q Q' O m LU a U z 3 0 z z 0� �dLU LU mw z_ z U)w 00 2 Z (n J mU) D z 00 3 m '0 m N c C E E > - x x 0 Q o 3 � 3 O �_ � p 2 O c E 'S m t m C a LO 0 LO rn ori rn ui rn g � v � U ac N T r d o E w 000 coo oho w V LL N N N N .0 J .N cl N o0 00 7 Z` 1% ti p- 0 0 0 co D c IL L 0 N N N N N N N N r C d O 0 V _a LO 00 07 N d N O N r N jp LL Cl) m CV) N t CL ai M co CL Cl) co Cl 4ym+m U. Q r r r r E M fC t0 ( G _ H G c O !1! O M U'J - t .- r r r H H 0 LU z 0 (n (n cn 04O rn = U) N Q 0 o r O = a F z N m LU a U z 3 0 z z 0� �dLU LU mw z_ z U)w 00 2 Z (n J mU) D z 00 Thomas tic Associates, 1110. Material and Soil Testing Construction Observation P.O. Box 4487 Little Rock, Arkansas 72214 501-960-7802 - 501-6&4-5181 (fax) April 10, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: FIELD DENSITY TEST RESULTS TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached the results of the field density tests performed at the above - referenced project. The test results confirm compaction at the subgrade locations tested on the date noted below. Should you have any questions, please do not hesitate to contact US. DATE TESTS PERFORMED: April 8, 2019 FIELD TEST NUMBERS: 8 through 10 ATTACHED PLATE NUMBERS: 1 Sincerely, THOMI AS & ASSOCIATES, INC. Enice Thomas President KAB/ame C/) r� ( /j W �I �I C/) z LU J W LL O 3 N (D LO ` O � as O 0 Z LL f- m U) 0 w Q C O Y w .a c0 L v W U LU 3 O d 00 O U) Q LU w D 0 W U O a z O U Q a 0 U O O m I LU g a_ E E O > O V Q O U O � U � O O a_ U c E -0 0 O O O E Lj� O Lo W Lo 0l g x a O U � U O C C7 tfJ CQ a CL u k V R 0) W 0) .O J N N O 2 m 00 a) m N m M cl C ` y0 a c m O N N N N N N c O U m a� N N O is U- N N N L n m o Q 30_ O O O LL_ O O O Q m LL O O O E h M � N c O uO J+ O O O (Y)} C o0 C7 O r o Q U U co m rn N � � Q rn a is N Z0 oo rn LU g a_ Thomas & Associates, Inc. Material and Soil Testing Construction Observation P.O. Box 4487 Uttie flock, Arkansas 72214 501.960-7802 -501-664-5181 (fax) April 5, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: DAILY CONSTRUCTION REPORT — SUBGRADE TAXIWAY B WIDENLVG & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached, as Plate 1, the daily construction report for subgrade observations made at the above -referenced project on March 28, 2019. Should you have any questions, please do not hesitate to contact us. Sincerely, THOMAS & ASSOCIATES, INC. Enice Thomas President IE MITA I M- DATE 3/28/19 S DAY I MITI CLEAR WITH SNOW F S PROJECT Taxiway B Widening and Rehabilitation --- Drake Field WEATHER BRIGHT SUN CLEAR OVERCAST RAIN SNOW JOB NO. 19-5020 TEMP TO 32 32-50 50-70 . 70--85 85 UP CLIENT Garver WIND STILL MODERATE HIGH REPORT NO. 1 CONTRACTOR I Benchmark Construction HUMIDITY DRY MODERATE HUMID SUPERINTENDENT CONSTRUCTION ACTIVITIES A site visit was made on March 28, 2019 to observe subgrade conditions where Taxiway B will be widened to the west. Our site visit was conducted as requested by Brian Butler with Garver. Brian and Keith Roberts with RCR were present on-site at the time of our visit. Observations and recommendations discussed on-site are summarized below: Subgrade Observations — Taxiway B Widening • Earthwork has started where Taxiway B will be widened to the west. At the time of our visit cuts to reach plan finish subgrade elevation were underway • Soils at finish subgrade elevation consist of high plasticity clay. Per the recommendation of the project geotechnical report (GHBW 17-011) the new pavements should be underlain by a minimum of 2 ft of engineered fill • Test pits were excavated at two locations to evaluate soil conditions with depth. Based on the test pit observations, it was recommended to proceed with the minimum 2 ft undercut. Soils are generally expected to be stable at the 2 ft undercut depth. If unstable weak, saturated or otherwise unstable soils are encountered at the bottom of the initial 2 ft undercut, the need for additional undercut should be evaluated by the Geotechnical Engineer • Minimum undercut may not be necessary if areas of existing fill are encountered. Where existing fill is present it is recommended that fill depth be confirmed to be a minimum of 2 ft. If a minimum of 2 ft of existing fill is present, it may be retained provided it passes a proof -roll • Discussed observations and recommendations with Garver and RCR BY TITLE Kyle A. Bennett, P.E. AssociatelProject Manager April 5, 2019 PLATE 1 Thomas & Associates, Inc, Material and Soil Testing Construction Observation P.O. Box 4487 Little Rock, Arkansas 72214 501-960-7802 •501-664-5181 (fax) April 5, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: FIELD DENSITY TEST RESULTS TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached the results of the field density tests performed at the above - referenced project. The test results confirm compaction at the subgrade locations tested on the date noted below. Should you have any questions, please do not hesitate to contact US. DATE TESTS PERFORMED: April 3, 2019 FIELD TEST NUMBERS: 5 through 7 ATTACHED PLATE NUMBERS: 1 Sincerely, THOMAS Q&ASSOCIATES, INC. Enice Thomas President KAB/arae O N O LO T • r • C O .r Od C .F m H {) W O O.. C 0 cn cr- CLl 0 w E-- W 00 CD CO Q R W n - A x� 0 C 0 0 E E 0 Cl C y U E '5 O O O ` E�dE aa)i rn rn a.a o u � T Q E ° 0 0 0 LL � N N N U CD rn QO m cD rn J m ° o LO O CO r co D c a CL p N N N c a C O U a a L T ai O) io u- NCL � t- aS m Cl) co Q N V. C`7 C' C'7 C E rn v M cp N C O J O In O O O In m c7 LO 0 T 00 0 T ai .— a ¢ a U) p N r CN H N Q rn CD p G � z LO co r— 'y W n - A Thomas & Associates, Inc. Material and Soil Testing Construction Observation P.O. Box 4487 Little Rock, Arkansas 72214 501.960-7802 •501-564-5181 (fax) June 24, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: FIELD DENSITY TEST RESULTS TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached the results of the field density tests performed at the above - referenced project. The test results confirm compaction at the base locations tested on the date noted below. Should you have any questions, please do not hesitate to contact US. DATE TESTS PERFORMED. June 18, 2019 FIELD TEST NUMBERS: 19 and 20 ATTACHED PLATE NUMBERS: 1 Sincerely, THOMAS & ASSOCIATES, INC. ( *Lt - )"���/�� Enice Thomas President KABlame Ir 1 O 0 Z w H m (A W O F- c 0 R t d 3 m H U w n O a co rn a Q w g a U) w Q U O U) Q Z Q U) O 2 H v (D E a E c � > 0 ao O0 L U � O 0 a`v E a -.0 a ESuc�E E 41 LO o> LO rn a o u y 0 o u7 O O) O a U. 7 x�( f0 r r � J T N U � c G M M Q n p co co c y O ti 0) LL ai cli Z 3 s o y y ro ° tn N ° ca U7 CL C C E v> ;,_ fM N r CV O LO M Cf C + co + O r O N 7 J ~ N U) C -U C4 Q(1) J � U) W J o w J p Q N N N a rn O N O � _ O ~ Z O r- O N w g a U) w Q U O U) Q Z Q U) O 2 H Thomas & Associates, 11-1c, Material and Soil Testing Construction Observation P.O. Box 4487 Little Rock, Arkansas 72214 501.960-7802 - 501-664-5181 (fax) April 23, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: FIELD DENSITY TEST RESULTS TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached the results of the field density tests performed at the above - referenced project. The test results confirm compaction at the base locations tested on the date noted below. Should you have any questions, please do not hesitate to contact US. DATE TESTS PERFORMED: April 22, 2019 FIELD TEST NUMBERS: 14 and 15 ATTACHED PLATE NUMBERS: 1 Sincerely, THOMAS & ASSOCIATES, INC. eW,;. -X Enice Thomas President KABlame V/ r� V / `W 1 C/) Z W J W LL of As cc Q U - ti Lf� C0 G C U) O Q c� Y t U LU o C y m 0 m Z 0 3 U l� d 0 U 0 U Ll 0 m a N "Q C N � E E O > LO U p_ O QJ U O � C E v C Cl O EU m O O E u CL E O O U C O OL 0 0- E O O O a U r LO Lo U N M � � J r r i .N — =y a M ti r Q C i Q C7 C7 a c a� c 0 U .o (fl c'J is a L- ti O L ci � � M 0 Nl C) co N O m CD J < N i J J o p N � � N Q rn � N o O N N N p F Z ct Lr) LU Q J d T homas & Associates, Inc. Material and Sall Testing Construction Observation P.O. Box 4487 Little Rock, Arkansas 72214 501-960-7802 -501-6645181 (fax) April 24, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: LABORATORY TEST RESULTS - P209 AGGREGATE BASE TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea; Please find attached the laboratory test results for P209 aggregate base samples for Lot 1-1 and Lot 1-2 for the above -referenced project. The sample gradations are within job mix tolerances; however, the dust ratio exceeds the maximum of 0.50. Acceptance/rejmiion of the P209 should be reviewed by the Engineer. Should you have any questions, please do not hesitate to contact us. Sincerely, THOMAS & ASSOCIATES, INC. Enice Thomas President KAB/amc LABORATORY TEST RESULTS PROJECT NAME: -Taxiway B Widening & Rehabilitation GHBW JOB No.: 19-5020 MATERIAL DESCRIPTION: Crushed Stone - P-209 Aggregate Base Course SAMPLE LOCATION/ SOURCE: Hunt Rogers Sonora Quarry _ SAMPLE NUMBER: Lot 1-1 DATE SAMPLED: 4/22/2019 SAMPLED BY: R. Brewer DATE TESTED: 4123/19 TESTED BY: L. Button REPORT DATE: 4124119 SIEVE ANALYSIS OF AGGREGATE (ASTM C -1361-C-117) Sieve Number (Tyler Standard) 2 in Sieve Number (US Bureau of Standards) 50.0 mm Sample 100 Design Range 100 Job Mix Tolerances' 100 1 1/2 in. 37.5 mm 97 95-100 95-100 1 in. 25.0 mm 81 70-95 78-94 314 in. 19.0 mm 69 55-85 65-81 No. 4 4.75 mm 31 30-60 29-45 No. 40 0.450 mm 13 10-3010-20 Decant No. 200 0.075 mm 8.2 018 _ 5.0-11.0 i. tsasea on Sunmmal Gradation to-uiti trom MGt and Hrolect Specification Section P-209 Dust Ratio (4401#200) 0.61 PASS/FAIL 'Gradation within Job mix tolerances. Dust ratio exceeds maximum of 0.50 Indicated In P-209 Specification. Acceptance to be determined by Engineer Grubbs, Haskyn Barton Wyatt, Inc. Consulting Engineers RATE t LABORATORY TEST RESULTS PROJECT NAME: Taxiway B Widening & Rehabilitation GHBW JOB No.: 19-5020 _ MATERIAL DESCRIPTION: Crushed Stone - P-209 Aggregate Base Course SAMPLE LOCATION/ SOURCE: Hunt Rogers Sonora Quarry SAMPLE NUMBER: Lot 1-2 DATE SAMPLED: 4/2212019 SAMPLED BY: R. Brewer DATE TESTED: 4/23/19 TESTED BY: L. Button REPORT DATE: 4/24/19 SIEVE ANALYSIS OF AGGREGATE (ASTM C-1361 C-117) Sieve Number (Tyler Standard) Sieve Number (US Bureau of Standards) Sample Design Range Job Mix t Tolerances 2 in 50.0 mm 100 100 100 1 1/2 in. 37.5 mm 99 95-100 95-100 1 in. 25.0 mm 91 70-95 78-94 3/4 In. 19.0 mm 80 55-85 65-81 No. 4 4.75 mm 40 30-60 29-45 No. 40 Decant( No. 200)_ _ 0.450 mm 0.075 mm 15 9.5 10-30 0-8 10-20 5.0-11.0 1. Based on Submittal Gradation 1&016 from l and Project Specification Section P-209 Dust Ratio (#40/#200) 0.63 PASS/FAIL ' 'Gradation within job mix tolerances. Dust ratio exceeds maximum of 0.50 Indicated in P-209 Specification. Acceptance to be determined by Engineer Grubbs, Hoskyn Barton Wyatt, Inc. Consulting Engineers PLATE 2 Thomas 8c Associates, Inc, Material and Soil Testing Construction Observation P.O. Box 4487 Littfe Rock, Arkansas 72214 501-960-7802 - 501-664-5181 (fax) April 24, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: :MOISTURE OF AGGREGATE BASE TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: PIease find on the table below the laboratory test results for moisture content of P209 aggregate base for the above -referenced project. Date Location % Moisture 4-22-19 Lot 1, SL 1 3.7 4-22-19 Lot 1, SL 2 4.8 Sincerely, THOMAS &ASSOCLATES, INC. Au' -y Enice Tbomas President KABlame Anderson Surveying, Inc. Benchmark Construction P.O. Box 129 Taxiway B Widening Rehabilitation Van Buren, Arkansas 72957 AIP 3-05-0020-046-2018 (479) 474-4247 Drake Field Airport andersonsurveying@cox.net Fayetteville, Arkansas Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 1of6 ASBUILT SURVEY STATE OFZ, F•' • ARKANSAS a xr , NO, 12 p -iIwlr �C 'ANDERSON : SURVEYING INC. No. 1691 `�RKAN5 P`,:, CA 1691 Expires 12/31/2019 OFFSET OFFSET ASBUILT ROD STATION (FEET) DIRECTION ELEVATION INSTRUMENT HI READING 102+00 CL 1251.858 1256.497 4.639 102+50 25 LT 1251.921 1256.497 4.576 15 LT 1252.072 1256.497 4.425 12.3 LT 1252.112 1256.497 4.385 CL 1252.362 1256.497 4.135 25 RT 1251.683 1256.497 4.814 103+00 25 LT 1252.446 1256.497 4.051 15 LT 1252.569 1256.497 3.928 12.3 LT 1252.600 1256.497 3.897 CL 1252.806 1256.497 3.691 25 RT 1252.247 1256.497 4.250 103+50 25 LT 1252.787 1256.497 3.710 15 LT 1252.932 1256.497 3.565 12.3 LT 1252.971 1256.497 3.526 CL 1253.124 1256.497 3.373 25 RT 1252.539 1256.497 3.958 104+00 25 LT 1253.189 1256.497 3.308 15 LT 1253.336 1256.497 3.161 12.3 LT 1253.403 1256.497 3.094 CL 1253.556 1256.497 2.941 25 RT 1252.891 1256.497 3.606 LT 1253.300 1256.497 3.197 15 LT 1253.585 1256.497 2.912 12.3 LT 1253.658 1256.497 2.839 CL 1253.798 1256.497 2.699 25 RT 1253.132 1256.497 3.365 105+00 25 LT 1253.510 1256.497 2.987 15 LT 1253.697 1256.497 2.800 12.3 LT 1253.752 1256.497 2.745 CL 1253.890 1256.497 2.607 25 RT 1253.307 1256.497 3.190 105+50 25 LT 1253.786 1259.275 5.489 15 LT 1253.923 1259 275 5.352 12.3 LT 1253.953 1259.275 5.322 CL 1254.077 1259.275 5.198 25 RT 1253.519 1259.275 5.756 106+00 44.19 LT 1254.251 1259.275 5.024 15 LT 1254.128 1259.275 5.147 12.3 LT 1254.156 1259.275 5.119 CL 1254.199 1259.275 5.076 Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 1of6 ASBUILT SURVEY STATE OFZ, F•' • ARKANSAS a xr , NO, 12 p -iIwlr �C 'ANDERSON : SURVEYING INC. No. 1691 `�RKAN5 P`,:, CA 1691 Expires 12/31/2019 Anderson Surveying, Inc. Benchmark Construction P.O. Box 129 Taxiway B Widening Rehabilitation Van Buren, Arkansas 72957 AIP 3-05-0020-046-2018 (479) 474-4247 Drake Field Airport andersonsurveying@cox.net Fayetteville, Arkansas Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 2of6 OFFSET OFFSET ASBUILT ROD STATION (FEET) DIRECTION ELEVATION INSTRUMENT HI READING 2S RT 1253.607 1259.275 5.668 106+50 25 LT 1253.998 1259.275 5.277 15 LT 1254.225 1259.275 5.050 12 3 LT 1254.305 1259.275 4.970 CL 1254.302 1259.275 4.973 25 RT 1253.809 1259.275 5.466 107+00 25 LT 1254.165 1259.275 5.110 15 LT 1254.336 1259.275 4.939 12.3 LT 1254.374 1259.275 4.901 CL 1254.535 1259.275 4.740 25 RT 1253.982 1259.275 5.293 107+50 25 LT 1254.329 1259.275 4.946 15 LT 1254.487 1259.275 4.788 12.3 LT 1254.537 1259.275 4.738 CL 1254.689 1259.275 4.586 25 RT 1254.185 1259.275 5.090 108+00 25 LT 1254.409 1259.275 4.866 15 LT 1254.603 1259.275 4.672 12.3 LT 1254.661 1259.275 4.614 CL 1254.827 1259.275 4.448 25 RT 1254.369 1259.275 4.906 108+50 25 LT 1254.420 1259.275 4.855 15 LT 1254.698 1259.275 4.577 12.3 LT 1254.754 1259.275 4.521 CL 1254.838 1259.275 4.437 25 RT 1254.309 1259.275 4.966 109+00 25 LT 1254.406 1259.275 4.869 15 LT 1254.585 1259.275 4.690 12.3 LT 1254.632 1259.275 4.643 CL 1254.788 1259.275 4.487 25 RT 1254.227 1259.275 5.048 109+50 25 LT 1254.334 1259.275 4.941 15 LT 1254.479 1259.275 4.796 12.5 LT 1254.511 1259.275 4.764 CL 1254.744 1259.275 4.531 25 RT 1254.187 1259.275 5.088 110+00 25 LT 1254.166 1259.275 5.109 15 LT 1254.278 1259.275 4.997 13.2 LT 1254.292 1259.275 4.983 CL 1254.526 1259.275 4.749 Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 2of6 Anderson Surveying, Inc. Benchmark Construction P.O. Box 129 Taxiway B Widening Rehabilitation Van Buren, Arkansas 72957 AIP 3-05-0020-046-2018 (479) 474-4247 Drake Field Airport andersonsurveying@cox.net Fayetteville, Arkansas Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 3of6 OFFSET OFFSET ASBUILT ROD STATION (FEET) DIRECTION ELEVATION INSTRUMENT HI READING RT 1254.018 1259.275 5.257 39.49 RT 1253.425 1259.275 5.850 110+20.66 25 LT 1254.080 1259.275 5.195 15 LT 1254.195 1259.275 5.080 13.7 LT 1254.206 1259.275 5.069 CL 1254.451 1259.275 4.824 25 RT 1253.914 1259.275 5.361 110+50 45.19 LT 1253.946 1259.275 5.329 15 LT 1254.058 1259.275 5.217 12.6 LT 1254.091 1259.275 5.184 CL 1254.353 1259.275 4.922 25 RT 1252.892 1258.275 5.383 44.89 RT 1253.369 1259.275 5.906 111+00 32.19 LT 1253.717 1259.275 5.558 12.5 LT 1254.003 1259.275 5.272 CL 1254.380 1259.275 4.895 25 RT 1252.880 1258.275 5.395 45.2 RT 1253.358 1259.275 5.917 111+50 25 LT 1253.860 1259.617 5.757 15 LT 1254.018 1259.617 5.599 12.5 LT 1254.069 1259.617 5.548 CL 1254.276 1259.617 5.341 25 RT 1252.924 1258.617 5.693 37.23 RT 1253.527 1259.617 6.090 112+00 25 LT 1253.842 1259.617 5.775 15 LT 1254.035 1259.617 5.582 12.5 LT 1254.088 1259.617 5.529 CL 1254.249 1259.617 5.368 25 RT 1253.890 1259.617 5.727 112+50 25 LT 1253.972 1259.617 5.645 15 LT 1254.152 1259.617 5.465 12.5 LT 1254.222 1259.617 5.395 CL 1254.450 1259.617 5.167 25 RT 1254.100 1259.617 5.517 113+00 25 LT 1254.269 1259.617 5.348 15 LT 1254.431 1259.617 5.186 12.5 LT 1254.477 1259.617 5.140 CL 1254.635 1259.617 4.982 25 RT 1254.292 1259.617 5.325 113+50 25 LT 1254.491 1259.617 5.126 Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 3of6 Anderson Surveying, Inc. Benchmark Construction P.O. Box 129 Taxiway B Widening Rehabilitation Van Buren, Arkansas 72957 AIP 3-05-0020-046-2018 (479) 474-4247 Drake Field Airport andersonsurveying@cox.net Fayetteville, Arkansas Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 4 of 6 OFFSET OFFSET ASBUILT ROD STATION FEET) DIRECTION ELEVATION INSTRUMENT HI READING 15 LT 1254.647 1259.617 4.970 12.5 1254.689 1259.617 4.928 CL 1254.814 1259.617 4.803 25 RT 1254.584 1259.617 5.033 114+00 25 LT 1254.662 1259.617 4.955 15 LT 1254.834 1259.617 4.783 12.5 LT 1254.888 1259.617 4.729 CL 1255.079 1259.617 4.538 25 RT 1254.785 1259.617 4.832 114+50 25 LT 1254.851 1259.617 4.766 15 LT 1255.010 1259.617 4.607 12.5 LT 1255.047 1259.617 4.570 CL 1255.260 1259.617 4.357 25 RT 1254.940 1259.617 4.677 115+00 25 LT 1255.092 1259.617 4.525 15 LT 1255.237 1259.617 4.380 12.5 LT 1255.267 1259.617 4.350 CL 1255.422 1259.617 4.195 25 RT 1255.142 1259.617 4.475 115+50 25 LT 1255.234 1259.617 4.383 15 LT 1255.388 1259.617 4.229 12.5 LT 1255.424 1259.617 4.193 CL 1255.577 1259.617 4.040 25 RT 1255.356 1259.617 4.261 116+00 25 LT 1255.222 1259.617 4.395 15 LT 1255.395 1259.617 4.222 12.5 LT 1255.440 1259.617 4.177 CL 1255.623 1259.617 3.994 25 RT 1255.292 1259.617 4.325 116+50 25 LT 1255.112 1259.617 4.505 15 LT 1255.283 1259.617 4.334 12.5 LT 1255.329 1259.617 4.288 CL 1255.495 1259.617 4.122 25 RT 1255.236 1259.617 4.381 117+00 25 LT 1254.989 1259.617 4.628 12.D LT 1255.179 1259.617 4.438 CL 1255.378 1259.617 4.239 25.17 RT 1255.104 1259.617 4.513 117+50 25 LT 1254.890 1258.738 3.848 12.2 LT 1255.070 1258.738 3.668 Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 4 of 6 Anderson Surveying, Inc. Benchmark Construction P.O. Box 129 Taxiway B Widening Rehabilitation Van Buren, Arkansas 72957 Alp 3-05-0020-046-2018 (479) 474-4247 Drake Field Airport andersonsurveying@cox.net Fayetteville, Arkansas Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 5of6 OFFSET OFFSET ASBUILT ROD STATION (FEET) DIRECTION ELEVATION INSTRUMENT HI READING CL 1255.225 1258.738 3.513 25 RT 1254.882 1258.738 3.856 118+00 25 LT 1254.724 1258.738 4.014 12.3 LT 1254.894 1258.738 3.844 CL 1255.084 1258.738 3.654 25 RT 1254.754 1258.738 3.984 118+50 25 LT 1254.644 1258.738 4.094 12.0 LT 1254.905 1258.738 3.833 CL 1255.053 1258.738 3.685 25.65 RT 1254.642 1258.738 4.096 119+00 25 LT 1254.578 1258.738 4.160 12.0 LT 1254.823 1258.738 3.915 CL 1254.995 1258.738 3.743 29.86 RT 1254.554 1258.738 4.184 119+50 25 LT 1254.522 1258.738 4.216 12.0 LT 1254.716 1258.738 4.022 CL 1254.895 1258.738 3.843 36.33 RT 1254.385 1258.738 4.353 120+00 25 LT 1254.361 1258.738 4.377 11.8 LT 1254.546 1258.738 4.192 CL 1254.645 1258.738 4.093 49.46 RT 1253.771 1258.738 4.967 120+50 25 LT 1253.816 1258.738 4.922 12.4 LT 1254.059 1258.738 4.679 CL 1254.227 1258.738 4.511 52.08 RT 1253.532 1258.738 5.206 121+00 25 LT 1253.263 1258.738 5.475 12.8 LT 1253.464 1258.738 5.274 CL 1253.633 1258.738 5.105 52.57 RT 1253.345 1258.738 5.393 121+50 25 LT 1252.689 1258.738 6.049 12.4 LT 1252.905 1258.738 5.833 CL 1253.091 1258.738 5.647 40.76 RT 1252.452 1258.738 6.286 122+00 25 LT 1252.068 1258.738 6.670 12.4 LT 1252.271 1258.738 6.467 CL 1252.390 1258.738 6.348 32.07 RT 1251.994 1258.738 6.744 122+50 25 LT 1251.421 1258.738 7.317 12.7 LT 1251.706 1258.738 7.032 Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 5of6 Anderson Surveying, Inc. Benchmark Construction P.O. Box 129 Taxiway B Widening Rehabilitation Van Buren, Arkansas 72957 AIP 3-05-0020-046-2018 (479) 474-4247 Drake Field Airport andersonsurveying@cox.net Fayetteville, Arkansas OFFSET OFFSET ASBUILT ROD STATION (FEET) DIRECTION ELEVATION INSTRUMENT HI READING CL 1251.889 1258.738 6.849 31.20 RT 1251.668 1258.738 7.070 42.29 RT 1251.646 1258.738 7.092 123+00 25.07 LT 1251.139 1258.738 7.599 12.0 LT 1251.276 1258.738 7.462 CL 1251.319 1258.738 7.419 58.37 RT 1251.502 1258.738 7.236 123+05.53 25 LT 1251.073 1258.738 7.665 12.0 LT 1251.198 1258.738 7.540 CL 1251.267 1258.738 7.471 60.14 RT 1251.406 1258.738 7.332 Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 6of6 Anderson Su„ ­yin1, I"c. Benchmark Construction P,0 "O 129 a Hiway B Widening Rehabilitation, � IF (_l;9) -74-!� Drake Field Airport ` - ; ayeiieville, Arkansas Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 1of6 ASBUILT SURVEY -STATE OF- �J ARKANS AS �+ NO. 12U D - tel ' I'•si w- rc OF A(i \IVDERSON SURVEYING a INC. NO 1691 9k1t-ANS �5 CA 1691 Expires 12/31/2019 0FFSE7 r, -t: ASSUILT ROE) ST -A, TiC'M (FEET) DIRf,-TlCIPf ELEVATION INSTRUMENT HI READING 1,(j?: C0 CL 1251.853 1256.497 4.639 102 50 25 LT 1251.921 1256.497 4.576 15 LT 1252.072 1256.497 4.4,125 12.3 ! T 1252.112 1256.497 4.385 CL 1252.362 1256.497 4.135 25 RT 1251.683 1256.497 4.814 103+00 I 25 - J 1252.446 1256.497 4.051 15 LT 1252.569 1256.497 3.928 12.3 LT 1252.600 1256.497 3.897 CL 1252.806 1256.497 3.691 25 RT 1252.247 1256.497 4.250 103+50 25 LT 1252.787 1256.497 3.710 15 LT 1252.932 1256.497 3.565 i 12-3 LT 1252.971 1256.497 3.526 CL 1253.124 1256.497 3.373 25 RT 1252.539 1256.497 3.958 104+00 25 LT 1253.189 1256.497 3.308 15 LT 1253.336 1256.497 3.161 12.3 LT 1253.403 1256.497 3.094 CL 1253.556 1256.497 2.941 25 RT 1252.891 1256.497 3.606 104+SO 25 LT 1253.300 1256.497 3.197 15 LT 1253.585 1256.497 2.912 2.3 LT 1253.658 1256.497 2.839 CL 1253.798 1256.497 2.699 25 RT 1253.132 1256.497 3.365 10500 25 LT 1253.510 1256.497 2.987 15 LT 1253.697 1256.497 2.800 12-3 LT 1253.752 1256.497 CL 1253.890 1256.497 25 RT '53.30/ 1256.497 3.190 105+50 25 LT i ' 53.786 1259.275 5.484 15 LT 1253.923 1259.275 5.352 12.3 LT 1253.953 1259.275 5.322 CL 1254.077 1259.275 5.198 25 RT 1253.519 1259.275 5.756 106+00 44.19 LT 1254.251 1259.275 5.024 15 LT 1254.128 1259.275 5.147 12.3 LT 1254.156 1259.275 5.119 CL 1254.199 1259.275 5.076 Drake Field Airport Taxiway Improvement Asbuilt.xlsx, 8/14/2019, 3:11 PM 1of6 ASBUILT SURVEY -STATE OF- �J ARKANS AS �+ NO. 12U D - tel ' I'•si w- rc OF A(i \IVDERSON SURVEYING a INC. NO 1691 9k1t-ANS �5 CA 1691 Expires 12/31/2019 Thomas & Associates, Inc, Material and Soil Testing Construction Observation P.O. Bax 4487 Littla flock, Arkansas 72214 501.960-7802 -501-664-5181 (fax) July 1, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: ASPHALT CORE DENSITIES (P401 LOT 1, SUBLOT 1-4) TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached, as Plate 1, results of the core densities for Lot 1 Sublots 1-4 cored on June 27, 2019 at the above -referenced project. Should you have any questions please do not hesitate to contact us. Sincerely, THOMAS & ASSOCIATES, INC. ew'6`_ q Enice Thomas President KAB/ame CORE DENSITIES Project: Taxiway B Widening & Rehabilitation Job No. 19-5020 Type: P-401 Lot. #: 1 Producer: Hutchens Sonora Date Placed: 6-26-19 Date Cored: 6-27-19 MAT DENSITY ASTM D2726 Core # Thickness Dry Wt. Wt. in Water SSD Bulk Sp. Gravity Avg Mar Bulk S G of Lot % Comp 1-1 2.0 922.2 531.6 922.3 2.360 2.373 99.5 1-2 2.4 1142.7 656.4 1143.4 2.350 2.373 99.0 1-3 2.25 1062.6 608.2 1062.9 2.337 2.373 98.5 1-4 1.5 734.9 423.4 735.5 2.355 2.373 99.2 Avg. % Compaction: 99.1 MAT CORE LOCATIONS JOINT CORE LOCATIONS Core # Station Offset from CL Core # Stations Offset from CL 1 STA 118+84 21' Rt 2 STA 119+57 6'L 3 STA 119+27 21'L 4 STA 106+71 19' L Notes: Tested By: Robert Brewer THOMAS & ASSOCIATES Plate 1 Thomas & Associates, Inc. Material and Scii Testing Construction Observation P.O. Box 4467 Little Rock, Arkansas 72214 501-960.7802 •501-664-5181 (fax) June 28, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: LABORATORY TESTING ON HOT -MIX ASPHALT (P401 LOT 1, SUBLOTS 1-4) TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached results of the laboratory testing on hot -mix asphalt (P-401 Lot 1, Sublots 1-4 placed on June 26 and 27, 2019 at the above -referenced project. Should you have any questions please do not hesitate to contact us. Attached Plates: 1 through 3 Sincerely, THOMAS & ASSOCIATES, INC. jgv�- A"-�& Enice Thomas President KABlame W < n (p N � LL E o p o � c U � O J LU 0 � -i U) g o z o o m 00 00 0 0 LU > < U Y _J U O > A U m V rn m co M co m m m n M u) M ro M o M rn Cl) r- m m J Q < co M � i CO N C O a � � U7 N O M O n O n O Cn O co O N O O n O CD O 00 O V) O n D7 J a M <t m m CD m Co m m co n m 47 m co M O M 6) co n m E O g U N m CV < r v ch Lq � C N � � L N (b � X O O = cm co V C' O V V N f� V M M M (h !V Ch (h ri (7 "i cl U) o v to 16 > N N N N N O o M � W o V � a= 't a ro w M M [O co m M to cD m n n M t� n M M m n O co n w n VJ n n m W co V r-- M Q Q N N N N N N N N M N M N M N M N M N M N M N m N Cj � N J � a C a Vi O E�� tD �mm N N (D G7 V' M C' �m d V O CD r Co �2 N C-0 M Cl) �2 — L d L O1 O ° n O C() m Q� N cq Cl) V m V N W Cl) m -0 Q7 m m O m O co W W co ps� O O (D (D cD (D (D (D (D O (p (D c m n n CU � N a a < �_ Q CD m �- N a) N M N r V to M (D (`7 N N CD V O V l7 cq N m T Q> � < c _ Q1 Cn O O Cn (3) CP m 00 co 00 � 3 R m (' m � C 1 O U U O O O O N u_ F- = a CL m U� Q o U ui (ri ui (n LO = o C ] M V V C U ( C < _ O < C N O CD C C y O UQ O N F J N Q Qo Q - z C� a;� THEORETICAL MAXIMUM SPECIFIC GRAVITY OF BITUMINOUS PAVING MIXTURES (ASTM D2041, Type D Pycnometer) Project: Taxiway B Widening & Rehabilitation Job #: 19-5020 Tested By: Logan Button Sampled By: Logan Button Type: P401 Lot #: P401 Lot 1 Date Placed: 6-27-19 Type AC: PG 76-22 Gb AC: THOMAS AND ASSOCIATES Plate 2 ASTM D2041 Trial # 1-4 Load # A Weight of P cnometer & Sample Weight of Pyranometer & S le B Weight of P cnometer B C Weight of Sample A -B 2200.4 D Weight of P cnometer in Water 1342.6 E Weight of P c+Sam le in Water 2646.5 F Water Displaced C- D 896.5 G Maximum Theoretical S G (C/F) 2.454 F Water Displaced C E -D Avera e: 2.454 THOMAS AND ASSOCIATES Plate 2 ASTM D2041 Trial # 1 — Bulk Sam le for level Load # A Weight of Pyranometer & S le B Weight of P cnometer C Weight of Sample (A -B) 2203.2 D Weight of P cnometer in Water 1342.6 E Weight of Pyc+Sample in Water 2648.3 F Water Displaced C E -D 897.5 G Maximum Theoretical S G 2.455 Avera e: 2.455 THOMAS AND ASSOCIATES Plate 2 THEORETICAL MAXIMUM SPECIFIC GRAVITY OF BITUMINOUS PAVING MIXTURES (ASTM D2041, Type D Pycnometer) Project: Taxiway B Widening & Rehabilitation Job #: 19-5020 Tested By: Logan Button Sampled By: Logan Button Type: P-401 Lot #: P-401 Lot 1 Date Placed: 6-27-19 Type AC: PG 76-22 Gb AC: THOMAS AND ASSOCIATES Plate 3 ASTM D2041 Trial # 1-4 A Load # Weight of P cnometer & Sample B C I Weight of P cnometer Weight of Sample (A -B) 2200.4 D Weight of P cnometer in Water 1342.6 E Weight of Pyc+Sample in Water 2646.5 F Water Displaced C- E -D 896.5 G Maximum Theoretical S G (C/F) 2.454 Average: 2.454 THOMAS AND ASSOCIATES Plate 3 Thomas & Associates, Inc, Material and Soil Testing Construction Observation P.O. Box 4487 Attie Rock, Arkansas 72214 501-960-7802 -501-664-5 i 81 (fax) July 3, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: ASPHALT CORE DENSITIES (P401 LOT 2, SUBLOT 1-5) TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached results of the core densities for Lot 2 Sublots 1-5 cored on July 1 and 2, 2019 at the above -referenced project. Should you have any questions please do not hesitate to contact us. Attached Plates: 1 and 2 Sincerely, THONI AS & ASSOCIATES, INC. ` e7 `,& Enice Thomas President KAB/ame CORE, DENSITIES Project: Taxiway B Widening & Rehabilitation Job No. 19-5020 Type: P-401 Lot. #: 2 Producer: Hutchens Sonora Date Placed: 6-28-19 Date Cored: 7-1-19 & 7-2-19 MAT DENSITY ASTM D2726 Date Cored Core it Thickness Dry Wt. Wt. in Water SSD Bulk Sp. Gravity Avg Mar Bulk S G of Lot % Com 7-1-19 2-1 1.87 886.3 508.9 887.0 2.344 2.368 98.9 7-1-19 2-2 1.79 837.6 481.4 838.4 2.346 2.368 98.9 7-1-19 2-3 2.06 959.2 541.0 959.7 2.291 2.368 96.6 7-1-19 2-4 2.16 1035.9 597.4 1036.9 2.357 2.368 99.4 7-2-19 2-5 1.79 860.0 488.9 860.7 2.313 1 2.368 98.1 Avg. % Com action: 98.4 MAT CORE LOCATIONS JOINT CORE LOCATIONS Date Cored Core # Station Offset from CL Core # Stations Offset from CL 7-1-19 2-1 STA 119+21 7' Rt 7-1-19 2-2 STA 117+54 18' L 7-1-19 2-3 STA 102+77 16' L _ 7-1-19 2-4 STA 111+87 15' Rt 7-2-19 2-5 Access to Ramp at Taxiway "C" Notes: Tested By: Logan Button THOMAS & ASSOCIATES Plate 1 ` hornas & Associates, inc. Materia; and Scii Testin.,' Construction Observation P.O. Box 4487 1.ittte Rock, Arkansas 72214 501-960-7802 •501-664-5181 ('ax) July 1, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: LABORATORY TESTING ON HOT -MIX ASPHALT (P-401 LOT 2 SUBLOTS 1-5) TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached results of the laboratory testing on hot -mix asphalt (P-401 Lot 2 Sublots 1 through 5) on June 28 and July 1, 2019 at the above -referenced project. Should you have any questions please do not hesitate to contact us. Attached Plates: 1 through 4 Sincerely, THOMAS & ASSOCIATES, INC. a.,- Enice Thomas President KAB/ame O N W O _ C O CO`1 O O ❑ N CD L LL O Q J J O N Z F O LI] O 00 0 O O VJ O (.D O j' O N O V O O O L') O 0) O r - W H a U O M (O M Ln M O V O V n M O V M ('M M to Cl) cc co ct ch _ m J m Q Q m ((` T � C` iJ CO ° ° O O O O O O O O O_ O O O O m N ui CT 00 (D O lD to O (D O V h N O V' O M tD tD O CD n d' C13 cl C, O: M M M d' C' M V (�'1 M M M M E O U N Y 4 In 47 tD lt) � L a X �_ O LO W CD (D to O N <D LO V r O Q N N N N M N M C7 M M M c6 M N M M (� O O O LL cl N OL ID H = p N N N N O� a � ' mp � a U w com oD N ca m to r• O r` Cn (o M to W m O � On u, � 'd' r� N ti N ti Q V% V U❑ M N M N (h N M N M N M N M N M N M N M N M N M N M N M N M N M N J C7 C Q C dO ❑ (D �f O (D O (P 1� ♦` a v, n 01 rn m V c V rn (D m m co Lo rn M rn O m to O o O In Q O C L (yp — Q L mm _O L N c� N 011 � m W � M O m (D M Cl) M CO CD co 1- N m r cc tl) co N (P m co M Cl) OD 0)N tO. co U) O C4 N C7 cD c O (D O CD co cD to (D co (D (D c Ur N O S U G n cd T It M co CD tO) C' CT M to '- 7 LIQ CD (D Q Q (P Cn V CP (P W UD M (P M (A O d2 tD [O O O 10 O C 3 x H ° d o 0 0 0 0 0 0 0 0 0 0 :n •o F -- 2 L 4 is c a m tot o to 0 n Q �ti ri tri to n o Q v z o Qz o Q n d O U N J r N > Q cv M N > v O N Q Q N Cf) O N C W C O Q Cl. O � O W LL = Q Q WF-- J UJ QGo, ❑ z 0 n 0 W 0 < F- U Y J U O 'O U M co r- M — m J m < J M J Q m O O O O m u O N < E 0 U N V O Q 1 lt7 a) > � U •. a a� m N X = 0 0 > o ti co N Q N O M M M M q F o O CL LO m m N o0 L c � U U J71Q.00 O u� LO Ln 00 m LQ U LL m ro a) a N N N N N C Q O C a D_ Eco O ODC)0) O) N N m Q m L r (V M N N ( N W co 00 W N _ O C ti Ur r N c CL ❑ — a) � CJ m Q O CO M a ruT c0 F � m O U U O O O U)o F: wa = Q 0 C O (0 F- 0 0 < L6 U U o Q — C) M � Z Q o c aa) o cl Z Q 6) Q o Q o U 2 ¢ J Q 0 � Z C7 THEORETICAL MAXIMUM SPECIFIC GRAVITY OF BITUMINOUS PAVING MIXTURES (ASTM D2041, Type D Pyenometer) Project: Taxiway B Widening & Rehabilitation Job #: 19-5020 Tested By: Logan Button Sampled By: Logan Button Type: P-401 Lot #: 2 Date Placed: 6-28-19 Type AC: Gb AC: THOMAS AND ASSOCIATES Plate 3 ASTM D2041 Trial # 2-1 Load # 237 tons A Weight of P cnometer & Sample B Weight of Pcnometer C Weight of Saniple (A -B) 2210.2 D Weight of P cnometer in Water 1342.6 E Weight of Pyc+Sample in Water 2648.9 F Water Displaced C E -D 903.9 G Maximum Theoretical S G (C/F) 2.445 Trial # Average: 2.445 THOMAS AND ASSOCIATES Plate 3 ASTM D2041 Trial # 2-2 Load # 464 tons A Weight of Pyenometer & Sample B Weight of Pycnometer C Weight of Sample A-13 2209.4 D Weight of P cnometer in Water 1516.4 E F Weight of Pyc+Sample in Water Water Displaced C- D 2822.8 903.5 G Maximum Theoretical S G (C/F) 2.446 ASTM D2041 Avera e: 2.446 Trial # 2-3 Load # 704 tons A Weight of P cnometer & Sample B Weight of P cnometer C Weight of Sample A-13 2192.7 D Weight of Pycnometer in Water 1342.6 E Weight of c+Sam le in Water 2637.4 F Water Displaced C- -D 897.9 G Maximum Theoretical S C/F 2.442 Average; 2.442 ASTM D2041 Trial # 2-4 Load # 1027 tons A Weight of P cnometer & Sam le B Weight of Pycnometer C Weight of Sample (A -B) 2208.1 D Weight of Pycnometer in Water 1516A E Weight of Pyc+Sample in Water 2821.6 F Water D' laced C - E -D 902.9 G Maximum Theoretical SPG (C/F) 2.446 Average: 2.446 THOMAS AND ASSOCIATES Plate 3 THEORETICAL MAXIMUM SPECIFIC GRAVITY OF BITUMINOUS PAVING MIXTURES (ASTM D2041, Type D Pycnometer) Project: Taxiway B Widening & Rehabilitation Job #: 19-5020 Tested By: Logan Button Sampled By: Logan Button Type: P-401 Lot #: 2 Date Placed: 7-1-19 Type AC: Gb AC: THOMAS AND ASSOCIATES Plate 4 ASTM D2041— Trial # 2-5 Load # 18 tons A Weight of P cnometer & Sample B Weight of Pycnometer C _ Weight of Sample (A -B) 2190.5 D I Weight of Pycnometer in Water 1342.6 2637.7 E Weight of +Sample in Water _ F Water Dip laced C -D) 895.4 G _ Maximum Theoretical S C/F 2.446 _ Average: 2.446 THOMAS AND ASSOCIATES Plate 4 Thomas & Associates, Inc. Material and Soil Testing Construction Observation P.O. Box 4487 Little Rock, Arkansas 72214 501-960-7802 •501.664-518 i (fax) .Tune 28, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: LABORATORY TESTING ON HOT -MIX ASPHALT (LEVEL UP COURSE) TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached results of the laboratory testing on hot -mix asphalt (Level up course) on June 27, 2019 at the above -referenced project. Should you have any questions please do not hesitate to contact us. Attached Plates: 1 and 2 Sincerely, THOMAS & ASSOCIATES, INC. Enice Thomas President K \ \\ ) c _ / « o z ID CD CDin co r- -i / 2 gcu V)\ m r n / c \/s \ � - £ 2 � \ ~ ® ^ C4 CO / � A K O ) / > \ = t } w O` \ CL ^ \ \ j ) { / 4 � w w w � } ® § LL \ (D m $ $ ) \4 . e ( e o: z \ / 2 f f #� J l \ / }\ ° / \ \�� Li ~ > o CN j \ THEORETICAL MAXIMUM SPECIFIC GRAVITY OF BITUMINOUS PAVING MIXTURES (ASTM D2041, Type D Pycnometer) Project: Taxiway B Widening & Rehabilitation Job #: 19-5020 Tested By: Logan Button Sampled By: Logan Button Type: P-401 Lot #: Level Up Date Placed: 6-27-19 Type AC: PG 76-22 Gb AC: THOMAS AND ASSOCIATES Plate 2 AST -NI D2041 Trial # 1— BuIk Samle for level Load # _ A Weight of P cnometer & Sam le B Weight of P cnometer _ C Weight of Sample A -B _ _ 2203.2 D Weight of P cnometer in Water 1342.6 i E Wqigld of P c+Sam le in Water 2648.3 F Water isplaced C -D) 897.5 G Maximum Theoretical S G C/F 2.455 _ Average: 2.455 THOMAS AND ASSOCIATES Plate 2 SSI Profiler Version 3.2.7.50 Licensed to MTA Engineers - Little Rock, AR Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 3 - 119+00.0 to 103+94.5 Start GPS: 36 0' 44.77" N 94 10' 22.50" W End GPS: 36 0' 29.96" N 94 10' 19.52" W Run Speed (Avg, Max, Min): Run 3 - 33.4, 37.8, 16.1 mph Total Distance: 15+05.5 Date (Paved/Corrected]: Run 3 - 1/1/0001 12:00:00 AM Date Tested: Run 3 - 1/1/0001 12:00:00 AM File Modifications: Run 3 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Left Inside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft L Summary - Run 3 - Left Inside Lane Track 1 , I Segment Station (ft) Rough (in) PRI (in/mi) Run 3 Track 1 Summary - Run 3 - Left Inside Lane Track 1 Segment Station (ft) Rough (in) PRI (in/mi) 119+00.0 0.92 9.20 1 113+72.0 113+72.0 0.62 6.20 108+44.0 i 108+44.0 3 0.00 0.00 — 103+94.6 119+00.0 1.54 5.40 103+94.6 Run 3 Track 1 9> 10> 11> 1Z> 13> 14> '_5> 16> 17> 117+00.0 116+00.0 115+00.0 18> 19> 20> 114+00.0 21> Seg 2 113+72.0 108+44.0 B28 ft PRI 6.2 23> 113+00.0 24> 25> 26> 27> 2e> 29> 30> 31> 32> 33> 34> 95) 112+00.0 111+00.0 110+00.0 36> 3 1> 3°> 39> Seg 3 108+44.0 103+94.6 449 ft PRI 0 40> 41> 42> 43> 109+00.0 108+00.0 107+00.0 44> 45> 46> 47> 48> 49> 50> 51> 106+00.0 105+00.0 52> 53-54> Notes - Track 1 1. Start Collection @ 119+00.0 2. 36 0' 44.76" N 94 10' 22.49" W 3. 36 0' 44.50" N 94 10' 22.43" W 4. 36 0' 44.21" N 94 10' 22.36" W 5. 36 0' 43.95" N 94 10' 22.30" W 6. 36 0' 43.68" N 94 10' 22.23" W 7. 36 0' 43.39" N 94 10' 22.16" W 8. 36 0' 43.09" N 94 10' 22.09" W 9. 36 0' 42.77" N 94 10' 22.01" W 10. 36 0' 42.52" N 94 10' 21.95" W 11. 36 0' 42.26" N 94 10' 21.89" W 12. 36 0' 42.00" N 94 10' 21.83" W 13. 36 0' 41.74" N 94 10' 21.76" W 14. 36 0' 41.47" N 94 10' 21.70" W 15. 36 0' 41.19" N 94 10' 21.63" W 16. 36 0' 40.91" N 94 10' 21.56" W 17. 36 0' 40.63" N 94 10' 21.49" W 18. 36 0' 40.34" N 94 10' 21.43" W 19. Speed @ 114+40.5 = 33 mph 20. 36 0' 40.06" N 94 10' 21.35" W 21. 3E 0' 39.77" N 94 10' 21.29" W 22. 36 0' 39.47" N 94 10' 21.22" W 23. 36 0' 39.17" N 94 10' 21.14" W 24. 36 0' 38.88" N 94 10' 21.07" W 25. 36 0' 38.58" N 94 10' 21.00" W 26. 36 0' 38.27" N 94 10' 20.93" W 27. 36 0' 37.97" N 94 10' 20.85" W 28. 36 0' 37.66" N 94 10' 20.78" W 29. 36 0' 37.35" N 94 10' 20.71" W 30. 36 0' 37.04" N 94 10' 20.63" W 31. 36 0' 36.73" N 94 10' 20.56" W 32. 36 0' 36.41" N 94 10' 20.50" W 33. 36 0' 36.09" N 94 10' 20.44" W 34. 36 0' 35.77" N 94 10' 20.39" W 35. 36 0' 35.45" N 94 10' 20.35" W 36. 36 0' 35.13" N 94 10' 20.29" W 37. Speed @ 108+92.3 = 37 mph 38. 36 0' 34.81" N 94 10' 20.24" W 39. 36 0' 34.48" N 94 10' 20.20" W 40. 36 0' 34.15" N 94 10' 20.15" W 41. 36 0' 33.82" N 94 10' 20.10" W 42. 36 0' 33.49" N 94 10' 20.05" W 43. 3E 0' 33.16" N 94 10' 20.00" W 44. 36 0' 32.83" N 94 10' 19.95" W 45. 36 0' 32.51" N 94 10' 19.90" W 104+00.0 Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 3 - 119+00.0 to 103+94.5 Start GPS: 36 0' 44.77" N 94 10' 22.50" W End GPS: 36 0' 29.96" N 94 10' 19.52" W Run Speed (Avg, Max, Min): Run 3 - 33.4, 37.8, 16.1 mph Total Distance: 15+05.5 Date (Paved/Corrected]: Run 3 - 1/1/0001 12:00:00 AM Date Tested: Run 3 - 1/1/0001 12:00:00 AM File Modifications: Run 3 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Left Inside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Notes - Track 1 46. 36 0' 32.18" N 94 10' 19.85" W 47. 36 0' 31.86" N 94 10' 19.81" W 48. 36 0' 31.54" N 94 10' 19.76" W 49. 36 0' 31.21" N 94 10' 19.71" W 50. 36 0' 30.89" N 94 10' 19.67" W 51. 36 0' 30.58" N 94 10' 19.62" W 52. 36 0' 30.27" N 94 10' 19.57" W 53. 3E 0' 29.96" N 94 10' 19.52" W 54. End Collection @ 103+94.6 Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 3 - 119+00.0 to 103+94.5 Start GPS: 36 0' 44.77" N 94 10' 22.50" W End GPS: 36 0' 29.96" N 94 10' 19.52" W Run Speed (Avg, Max, Min): Run 3 - 33.4, 37.8, 16.1 mph Total Distance: 15+05.5 Date (Paved/Corrected]: Run 3 - 1/1/0001 12:00:00 AM Date Tested: Run 3 - 1/1/0001 12:00:00 AM File Modifications: Run 3 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Left Inside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 3 - Left Inside Lane Track 1 Segment Station (ft) Rough (in) PRI (in/mi) 119+00.0 — 113+72.0 0.9- 9.10 2 113+72.0 0.62 6.20 108+44.0 3 108+44.0 0.00 0.00 103+94.6 119+00.0 1.54 5.40 103+94.6 Certified by: Title: Organization: SSI Profiler Version 3.2.7.50 Licensed to MTA Engineers - Little Rock, AR Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 1 - 119+00.0 to 103+69.9 Start GPS: 36 0' 44.68" N 94 10' 22.62" W End GPS: 36 0' 29.62" N 94 10' 19.63" W Run Speed (Avg, Max, Min): Run 1 - 31.8, 37.4, 14.1 mph Total Distance: 15+30.1 Date (Paved/Corrected]: Run. 1 - 7/2/2019 1:01:08 PM Date Tested: Run 1 - 7/3/2019 1:01:08 PM File Modifications: Run 1 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Left Outside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 1 - Left Outside Lane Track 1 segment Station (ft) Rough (in) PRI (in/mi) Summary - Run 1 - Left Outside Lane Track 1 l Segment Station (ft) Rough (in) PRI (in/mi) — 119+00.0 ------------------------------------------------ 1 1.11 11.10 — 113+72.0 113+72.0 2 0.93 9.30 — 108+44.0 108+44.0 3 0.61 6.79 — 103+70.0 119+00.0 2.65 9.15 103+70.0 Run 1 Track 1 9> 10> 11> 12> 13> 14> 15> 16> 17> 117+00.0 116+00.0 115+00.0 °-19> 2 Cl> 21> Sag 2 113+72.0 108+44.0 528 ft PRI 9.3 23> 24> 25> 26> 2?> 114+00.0 113+00.0 112+00.0 2@> 29> 30> 31> 32> 33> 34> 35> 36> 111+00.0 110+00.0 37> 38> B 18+96. 108-83.8 0.466 39> 40> Seg 3 108;44.0 103;70.0 474 £t PRI 6.795 41> 42> 43> 44> 45> 109+00.0 108+00.0 107+00.0 46> 47> 4°> 49> 50> 51> 52> 53> 106+00.0 105+00.0 54> 55> Notes - Track 1 1. Start Collection @ 119+00.0 2. 36 0' 44.68" N 94 10' 22.62" W 3. 36 0' 44.42" N 94 10' 22.56" W 4. 36 0' 44.17" N 94 10' 22.50" W 5. 36 0' 43.91" N 94 10' 22.43" W 6. 36 0' 43.63" N 94 10' 22.37" W 7. 36 0' 43.32" N 94 10' 22.29" W 8. 36 0' 43.06" N 94 10' 22.23" W 9. 36 0' 42.79" N 94 10' 22.16" W 10. 36 0' 42.50" N 94 10' 22.10" W 11. 36 0' 42.21" N 94 10' 22.03" W 12. 36 0' 41.90" N 94 10' 21.95" W 13. 36 0' 41.58" N 94 10' 21.88" W 14. 36 0' 41.33" N 94 10' 21.82" W 15. 36 0' 41.08" N 94 10' 21.76" W 16. 36 0' 40.82" N 94 10' 21.70" W 17. 36 0' 40.55" N 94 10' 21.63" W 18. 36 0' 40.28" N 94 10' 21.56" W 19. Speed @ 114+50.1 = 31 mph 20. 36 0' 40.01" N 94 10' 21.50" W 21. 36 0' 39.74" N 94 10' 21.43" W 22. 36 0' 39.46" N 94 10' 21.37" W 23. 36 0' 39.18" N 94 10' 21.29" W 24. 36 0' 38.89" N 94 10' 21.23" W 25. 36 0' 38.60" N 94 10' 21.16" W 26. 36 0' 38.32" N 94 10' 21.08" W 27. 36 0' 38.02" N 94 10' 21.01" W 28. 36 0' 37.73" N 94 10' 20.94" W 29. 36 0' 37.43" N 94 10' 20.87" W 30. 36 0' 37.13" N 94 10' 20.80" W 31. 36 0' 36.83" N 94 10' 20.73" W 32. 36 0' 36.53" N 94 10' 20.67" W 33. 36 0' 36.22" N 94 10' 20.62" W 34. 36 0' 35.91" N 94 10' 20.57" W 35. 36 0' 35.60" N 94 10' 20.52" W 36. 36 0' 35.29" N 94 10' 20.47" W 37. 36 0' 34.98" N 94 10' 20.42" W 38. Speed @ 108+99.6 = 36 mph 39. 36 0' 34.67" N 94 10' 20.38" W 40. 36 0' 34.35" N 94 10' 20.33" W 41. 36 0' 34.03" N 94 10' 20.29" W 42. 36 0' 33.71" N 94 10' 20.23" W 104+00.0 Notes - Track 1 43. 36 0' 33.40" N 94 10' 20.18" W 44. 36 0' 33.08" N 94 10' 20.14" W 45. 36 0' 32.75" N 94 10' 20.09" W 46. 36 0' 32.43" N 94 10' 20.04" W 47. 36 0' 32.11" N 94 10' 19.99" W 48. 36 0' 31.78" N 94 10' 19.95" W 49. 36 0' 31.45" N 94 10' 19.90" W 50. 36 0' 31.13" N 94 10' 19.85" W 51. 36 0' 30.80" N 94 10' 19.81" W 52. 36 0' 30.49" N 94 10' 19.76" W 53. 3E 0' 30.17" N 94 10' 19.71" W 54. 36 0' 29.86" N 94 10' 19.66" W 55. End Collection @ 103+70.0 Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 1 - 119+00.0 to 103+69.9 Start GPS: 36 0' 44.68" N 94 10' 22.62" W End GPS: 36 0' 29.62" N 94 10' 19.63" W Run Speed (Avg, Max, Min): Run 1 - 31.8, 37.4, 14.1 mph Total Distance: 15*30.1 Date [Paved/Corrected]: Fun 1 - 7/2/2019 1:01:08 PM Date Tested: Run 1 - 7/3/2019 1:01:08 PM File Modifications: Run 1 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Left Outside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Certified by: Title: Organization: Summary - Run 1 - Left Outside Lane Track 1 Segment Station (ft) Rough (in) PRI (in/mi) 1 119+00.0 1.11 11.10 — 113+72.0 113+72.0 2 0.93 9.30 — 108+44.0 3 108+44.0 0.61 6.79 103+70.0 119+00.0 2.65 9.15 103+70.0 Certified by: Title: Organization: SSI Profiler Version 3.2.7.50 Licensed to MTA Engineers - Little Rock, AR Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 4 - 102+00.0 to 117+50.9 Start GPS: 36 0' 29.13" N 94 10' 19.29" W End GPS: 36 0' 44.40" N 94 10' 22.35" W Run Speed (Avg, Max, Min): Run 4 - 32.9, 37.3, 16.5 mph Total Distance: 15+50.9 Date [Paved/Corrected]: Run 4 - 1/1/0001 12:00:00 AM Date Tested: Run 4 - 1/1/0001 12:00:00 AM File Modifications: Run 4 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Right Inside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 2: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 8779.663 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 4 - Right Inside Lane Track 2 Segment Station (ft) Rough (in) PRI (in/mi) Run 4 Track 2 Summary - Run 4 —Right Inside Lane Track 2 Segment Station (ft) Rough (in) PRI (in/mi) 102+00.0 1 0.29 2.90 - 107+28.0 107+28.0 2 0.87 8.70 - 112+56.0 112+56.0 3 0.88 9.39 - 117+50.8 102+00.0 2.04 6.95 117+50.8 Run 4 Track 2 9> 10> 11> 12> 13> 14> 15> 16> 17> 104+00.0 105+00.0 106+00.0 18> 19> 20> 21> 22> 23> 24> 25> 26> 107+00.0 Seg 2 107+28.0 112+56.0 528 Et PRI 8.7 108+00.0 27> 2E> 29> 30> 31> 32> 33> 34> 35> 109+00.0 110+00.0 111+00.0 36> 112+00.0 3-> 3E> 39> Seg 3 112+56.0 117+50.8 495 ft PRI 9.39 40> 113+00.0 DOS: 42> 43> 114+00.0 44> 45> 46> 47> 42> 49> 50> E 1161 6. 116-13.2 ..4°1 51> 52> 115+00.0 116+00.0 53> 54> 55> 117;00.0 Notes - Track 2 1. Start Collection @ 102+00.0 2. 36 0' 29.14" N 94 10' 19.29" W 3. 36 0' 29.40" N 94 10' 19.33" W 4. 36 0' 29.69" N 94 10' 19.38" W 5. 36 0' 29.95" N 94 10' 19.42" W 6. 36 0' 30.22" N 94 10' 19.46" W 7. 36 0' 30.50" N 94 10' 19.50" W 8. 36 0' 30.80" N 94 10' 19.54" W 9. 36 0' 31.12" N 94 10' 19.59" W 10. 36 0' 31.44" N 94 10' 19.64" W 11. 3E 0' 31.70" N 94 10' 19.67" W 12. 36 0' 31.96" N 94 10' 19.72" W 13. 36 0' 32.23" N 94 10' 19.75" W 14. 36 0' 32.50" N 94 10' 19.79" W 15. 36 0' 32.78" N 94 10' 19.84" W 16. 36 0' 33.06" N 94 10' 19.88" W 17. 36 0' 33.35" N 94 10' 19.93" W 18. 36 0' 33.64" N 94 10' 19.97" W 19. Speed @ 106+78.0 = 33 mph 20. 36 0' 33.93" N 94 10' 20.02" W 21. 36 0' 34.22" N 94 10' 20.06" W 22. 36 0' 34.52" N 94 10' 20.11" W 23. 3E 0' 34.82" N 94 10' 20.15" W 24. 36 0' 35.12" N 94 10' 20.19" W 25. 36 0' 35.42" N 94 10' 20.24" W 26. 36 0' 35.72" N 94 10' 20.29" W 27. 36 0' 36.02" N 94 10' 20.34" W 28. 36 0' 36.33" N 94 10' 20.39" W 29. 36 0' 36.64" N 94 10' 20.46" W 30. 36 0' 36.95" N 94 10' 20.53" W 31. 36 0' 37.26" N 94 10' 20.60" W 32. 36 0' 37.57" N 94 10' 20.68" W 33. 36 0' 37.88" N 94 10' 20.75" W 34. 36 0' 38.20" N 94 10' 20.83" W 35. 36 0' 38.51" N 94 10' 20.90" W Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 4 - 102+00.0 to 117+50.9 Start GPS: 36 0' 29.13" N 94 10' 19.29" W End GPS: 36 0' 44.40" N 94 10' 22.35" W Run Speed (Avg, Max, Min): Run 4 - 32.9, 37.3, 16.5 mph Total Distance: 15+50.9 Date [Paved/Corrected): Run 4 - 1/1/0001 12:00:00 AM Date Tested: Run 4 - 1/1/0001 12:00:00 AM File Modifications: Run. 4 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Right Inside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 2: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 8779.663 Filter Settings Notes - Track 2 36. 36 0' 38.83" N 94 10' 20.98" W 37. 36 0' 39.15" N 94 10' 21.05" W 38. Speed @ 112+23.2 = 37 mph 39. 36 0' 39.47" N 94 10' 21.13" W 40. 36 0' 39.79" N 94 10' 21.20" W 41. 36 0' 40.10" N 94 10' 21.28" W 42. 36 0' 40.43" N 94 10' 21.36" W 43. 36 0' 40.75" N 94 10' 21.44" W 44. 36 0' 41.07" N 94 10' 21.52" W 45. 36 0' 41.39" N 94 10' 21.59" W 46. 36 0' 41.71" N 94 10' 21.67" W 47. 36 0' 42.02" N 94 10' 21.75" W 48. 36 0' 42.34" N 94 10' 21.82" W 49. 36 0' 42.64" N 94 10' 21.90" W 50. 36 0' 42.95" N 94 10' 21.97" W 51. 3E 0' 43.25" N 94 10' 22.05" W 52. 36 0' 43.55" N 94 10' 22.13" W 53. 36 0' 43.85" N 94 10' 22.21" W 54. 36 0' 44.14" N 94 10' 22.28" W 55. End Collection @ 117+50.8 Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 4 - 102+00.0 to 117+50.9 Start GPS: 36 0' 29.13" N 94 10' 19.29" W End GPS: 36 0' 44.40" N 94 10' 22.35" W Run Speed (Avg, Max, Min): Run 4 - 32.9, 37.3, 16.5 mph Total Distance: 15+50.9 Date [Paved/Corrected): Run 4 - 1/1/0001 12:00:00 AM Date Tested: Run 4 - 1/1/0001 12:00:00 AM File Modifications: Run. 4 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Right Inside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 2: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 8779.663 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Certified by: Title Organization: Summary - Run 4 - Right Inside Lane Track 2 Segment Station (ft) Rough (in) PRI (in/mi) 1 102+00.0 0.29 2.90 — 107+28.0 2 107+28.0 0.87 8.70 — 112+56.0 3 112+56.0 0.88 9.39 — 117+50.8 102+00.0 2.04 6.95 117+50.8 Certified by: Title Organization: SSI Profiler Version 3.2.7.50 Licensed to MTA Engineers - Little Rock, AR Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 2 - 102+00.0 to 117+06.8 Start GPS: 36 0' 28.88" N 94 10' 19.09" W End GPS: 36 0' 43.73" N 94 10' 21.99" W Run Speed (Avg, Max, Min): Run 2 - 32.6, 36.7, 11.9 mph Total Distance: 15+06.7 Date [Paved/Corrected]: Run 2 - 1/1/0001 12:00:00 AM Date Tested: Run 2 - 1/1/0001 12:00:00 AM File Modifications: Run 2 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Right Outside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sis5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 2 - Right Outside Lane Track 1 Segment Station (ft) Rough (in) PRI (in/mi) Run 2 Track 1 Summary - Run 2 - Right Outside Lane Track 1 Segment Station (ft) Rough (in) PRI (in/mi) 102+00.0 1 0.93 9.30 — 107+28.0 107+28.0 2 1.78 17.80 — 112+56.0 3 112+56.0 1.03 12.07 — 117+06.7 102+00.0 3.74 13.11 117+06.7 Run 2 Track 1 4> 10> 11> 1z> 13> 14> 15> 16> 104+00.0 105+00.0 106+00.0 17> 19> 107+00.0 20> Seg 2 107+28.0 112+56.0 528 £t PRI 17.8 22> 23> 108+00.0 24> 25> 26> 27> 2e> 29> 30> 31> 32> 33> B 111+15. 111-39.3 0.6?0 34> 109+00.0 110+00.0 111+00.0 35> 30"> 3-> 994 3 112+56.0 327+06.7 451 ft PRI 12.067 40> 41> 42> 43> 112+00.0 113+00.0 114+00.0 44> 45> 46> 47> 40> 49> 50> 51> 52> 115+00.0 116+00.0 53> 54> 117+00.0 Notes - Track 1 1. Start Collection @ 102+00.0 2. 36 0' 28.91" N 94 10' 19.10" W 3. 36 0' 29.19" N 94 10' 19.14" W 4. 36 0' 29.43" N 94 10' 19.18" W 5. 36 0' 29.72" N 94 10' 19.22" W 6. 36 0' 29.99" N 94 10' 19.25" W 7. 36 0' 30.28" N 94 10' 19.30" W 8. 36 0' 30.58" N 94 10' 19.34" W 9. 36 0' 30.90" N 94 10' 19.39" W 10. 36 0' 31.23" N 94 10' 19.43" W 11. 36 0' 31.49" N 94 10' 19.48" W 12. 36 0' 31.76" N 94 10' 19.51" W 13. 36 0' 32.03" N 94 10' 19.55" W 14. 36 0' 32.32" N 94 10' 19.60" W 15. 36 0' 32.60" N 94 10' 19.64" W 16. 36 0' 32.89" N 94 10' 19.69" W 17. 36 0' 33.19" N 94 10' 19.74" W 18. 36 0' 33.49" N 94 10' 19.79" W 19. 36 0' 33.79" N 94 10' 19.83" W 20. Speed @ 107+18.5 = 35 mph 21. 3E 0' 34.09" N 94 10' 19.88" W 22. 36 0' 34.39" N 94 10' 19.92" W 23. 36 0' 34.70" N 94 10' 19.97" W 24. 36 0' 35.00" N 94 10' 20.02" W 25. 36 0' 35.31" N 94 10' 20.06" W 26. 36 0' 35.62" N 94 10' 20.11" W 27. 36 0' 35.92" N 94 10' 20.16" W 28. 36 0' 36.23" N 94 10' 20.21" W 29. 36 0' 36.54" N 94 10' 20.27" W 30. 36 0' 36.85" N 94 10' 20.35" W 31. 36 0' 37.16" N 94 10' 20.42" W 32. 36 0' 37.47" N 94 10' 20.49" W 33. 36 0' 37.78" N 94 10' 20.56" W 34. 36 0' 38.09" N 94 10' 20.64" W 35. 36 0' 38.41" N 94 10' 20.71" W 36. 36 0' 38.72" N 94 10' 20.78" W 37. 36 0' 39.04" N 94 10' 20.86" W 38. 36 0' 39.35" N 94 10' 20.94" W 39. Speed @ 112+67.7 = 37 mph 40. 36 0' 39.67" N 94 10' 21.01" W 41. 36 0' 39.98" N 94 10' 21.09" W 42. 36 0' 40.30" N 94 10' 21.16" W 43. 3E 0' 40.61" N 94 10' 21.24" W 44. 36 0' 40.93" N 94 10' 21.31" W 45. 36 0' 41.25" N 94 10' 21.39" W 117+00.0 Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 2 - 102+00.0 to 117+06.8 Start GPS: 36 0' 28.88" N 94 10' 19.09" W End GPS: 36 0' 43.73" N 94 10' 21.99" W Run Speed (Avg, Max, Min): Run 2 - 32.E, 36.7, 11.9 mph Total Distance: 15+06.7 Date [Paved/Corrected]: R.n 2 - 1/1/0001 12:00:00 AM Date Tested: Run 2 - 1/1/0001 12:00:00 AM File Modifications: Run 2 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Right Outside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Notes - Track 1 46. 36 0' 41.56" N 94 10' 21.46" W 47. 36 0' 41.87" N 94 10' 21.54" W 48. 36 0' 42.18" N 94 10' 21.61" W 49. 36 0' 42.49" N 94 10' 21.69" W 50. 36 0' 42.79" N 94 10' 21.76" W 51. 36 0' 43.09" N 94 10' 21.83" W 52. 36 0' 43.38" N 94 10' 21.91" W 53. 36 0' 43.67" N 94 10' 21.97" W 54. End Collection @ 117+06.7 Data File: 19-100 Fayetteville Airport Taxiway.rsd Stations: Run 2 - 102+00.0 to 117+06.8 Start GPS: 36 0' 28.88" N 94 10' 19.09" W End GPS: 36 0' 43.73" N 94 10' 21.99" W Run Speed (Avg, Max, Min): Run 2 - 32.E, 36.7, 11.9 mph Total Distance: 15+06.7 Date [Paved/Corrected]: R.n 2 - 1/1/0001 12:00:00 AM Date Tested: Run 2 - 1/1/0001 12:00:00 AM File Modifications: Run 2 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: NB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: Right Outside Lane, Fayetteville Airport Taxiway Calibration Settings Distance: 318160 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 2 - Right Outside Lane Track 1 i Segment Station (ft) Rough (in) PRI (in/mi) 1 102+00.0 0.53 5.30 107+28.0 107+26.0 1.78 17.80 112+56.0 3 112+56.0 1.03 1--.0^ 117+06.7 102+00.0 117+06.7 3.79 13.11 Certified by: Title: Organization: SSI Profiler Version 3.2.7.50 Licensed to MTA Engineers - Little Rock, AR Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 3 - 0+00.0 to 5+28.1 Start GPS: 36 0' 45.91" N 94 10' 22.58" W End GPS: 36 0' 40.66" N 94 10' 21.35" W Run Speed (Avg, Max, Min): Run 3 - 24.3, 31.3, 14.7 mph Total Distance: 5+28.1 Date [Paved/Corrected]: Run 3 - 1/1/0001 12:00:00 AM Date Tested: Run 3 - 1/1/0001 12:00:00 AM File Modifications: Run 3 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: SB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: East Inside Lane, Joint Bump Correction Calibration Settings Distance: 323356 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Prcfilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 3 - East Inside Lane, Joint Grind Correction Track 1 Segment Station (ft) Rough (in) PRI (in/mi) J Summary - Run 3 - East Inside Lane, Joint Grind Correction Track 1 Segment Station (ft) Rough (in) _ PRI (in/mi) 1 0+00.0 1.17 11.70 5+28.0 0+00.0 5+28.0 Run 3 Track 1 1.17 11.70 9> 10> 11> 12> 13> 14> 15> 16> 17> 2+00.0 3+00.0 4+00.0 :e> 19> 2 -D> 21> 22> Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 3 - 0+00.0 to 5+28.1 Start GPS: 36 0' 45.91" N 94 10' 22.58" W End GPS: 36 0' 40.66" N 94 10' 21.35" W Run Speed (Avg, Max, Min): Run 3 - 24.3, 31.3, 14.7 mph Total Distance: 5+28.1 Date [Paved/Corrected]: Ruc 3 - 1/1/0001 12:00:00 AM Date Tested: 5+00.0 Notes - Track 1 1. Start Collection @ 0+00.0 2. 36 0' 45.91" N 94 10' 22.58" W 3. 36 0' 45.62" N 94 10' 22.52" W 4. 36 0' 45.37" N 94 10' 22.46" W 5. 36 0' 45.09" N 94 10' 22.40" W 6. 36 0' 44.79" N 94 10' 22.33" W 7. 36 0' 44.53" N 94 10' 22.27" W 8. 36 0' 44.26" N 94 10' 22.21" W 9. 36 0' 43.98" N 94 10' 22.13" W 10. 36 0' 43.69" N 94 10' 22.07" W 11. 3E C' 43.37" N 94 10' 21.99" W 12. 36 0' 43.06" N 94 10' 21.92" W 13. 36 0' 42.74" N 94 10' 21.84" W 14. 36 0' 42.49" N 94 10' 21.78" W 15. 36 0' 42.23" N 94 10' 21.72" W 16. 36 0' 41.97" N 94 10' 21.66" W 17. 36 0' 41.70" N 94 10' 21.60" W 18. 36 0' 41.43" N 94 10' 21.53" W 19. Speed @ 4+61.8 = 31 mph 20. 36 0' 41.15" N 94 10' 21.47" W 21. 36 0' 40.88" N 94 10' 21.41" W 22. End Collection @ 5+28.0 Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 3 - 0+00.0 to 5+28.1 Start GPS: 36 0' 45.91" N 94 10' 22.58" W End GPS: 36 0' 40.66" N 94 10' 21.35" W Run Speed (Avg, Max, Min): Run 3 - 24.3, 31.3, 14.7 mph Total Distance: 5+28.1 Date [Paved/Corrected]: Ruc 3 - 1/1/0001 12:00:00 AM Date Tested: 5+00.0 Run 3 - 1/1/0001 12:00:00 AM File Modifications: Run 3 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: SB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: East Inside Lane, Joint Bump Correction Calibration Settings Distance: 323356 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 3 - East Inside Lane, Joint Grind Correction Track 1 l Segment Station (ft) Rough (in) PRI (in/mi) 0+00.0 1.17 11.70 — 5+28.0 0+00.0 5+28.0 Certified by: Title: Organization: l.li 11.?G SSI Profiler Version 3.2.7.50 Licensed to MTA Engineers - Little Rock, AR Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 1 - 0+00.0 to 5+27.5 Start GPS: 36 0' 34.99" N 94 10' 20.03" W End GPS: 36 0' 40.24" N 94 10' 21.16" W Run Speed (Avg, Max, Min): Run 1 - 25.6, 28.8, 19.4 mph Total Distance: 5+27.5 Date [Paved/Corrected]: Run 1 - 7/11/2019 10:56:31 AM Date Tested: Run 1 - 7/12/2019 10:56:31 AM File Modifications: Run 1 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: SB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: East Outside Lane, Grind Correction Calibration Settings Distance: 323356 encoder counts in 500.00 ft. Track 1: Height Sensor Type: s1s5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 1 - East Outside Lane, Grind Correction Track 1 Segment Station (ft) Rough (in) PRI (in/mi) Summary - Run 1 - East Outside Lane, Grind Correction Track 1 Segment Station (ft) Rough (in) PRI (in/mi) 1 0+00.0 1.48 14.82 — 5+27.4 0+00.0 5+27.4 1.48 14.82 Run 1 Track 1 lu> 11> 12> 13> 14> 15> 16> ?> 12> 3+00.0 4+00.0 19> 20> 21> Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 1 - 0+00.0 to 5+27.5 Start GPS: 36 0' 34.99" N 94 10' 20.03" W End GPS: 36 0' 40.24" N 94 10' 21.16" W Run Speed (Avg, Max, Min): Run 1 - 25.6, 28.8, 19.4 mph Total Distance: 5+27.5 Date [Paved/Corrected]: Run 1 - 7/11/2019 10:56:31 AM Date Tested: Run 1 - 7/12/2019 10:56:31 AM File Modifications: Run 1 - No Modifications Found 5+00.0 Notes - Track 1 1. Start Collection @ 0+00.0 2. 36 0' 35.00" N 94 10' 20.03" W 3. 36 0' 35.30" N 94 10' 20.07" W 4. 36 0' 35.55" N 94 10' 20.11" W 5. 36 0' 35.81" N 94 10' 20.15" W 6. 36 0' 36.09" N 94 10' 20.20" w 7. 36 0' 36.38" N 94 10' 20.24" W 8. 36 0' 36.67" N 94 10' 20.31" W 9. 36 0' 36.97" N 94 10' 20.38" W 10. 36 0' 37.28" N 94 10' 20.45" W 11. 36 0' 37.59" N 94 10' 20.53" W 12. 36 0' 37.90" N 94 10' 20.60" W 13. 3E 0' 38.22" N 94 10' 20.68" W 14. 36 0' 38.54" N 94 10' 20.75" W 15. 36 0' 38.87" N 94 10' 20.83" W 16. Speed @ 3+94.6 = 28 mph 17. 36 0' 39.20" N 94 10' 20.91" W 18. 36 0' 39.53" N 94 10' 20.99" W 19. 36 0' 39.77" N 94 10' 21.05" W 20. 36 0' 40.03" N 94 10' 21.11" W 21. End Collection @ 5+27.4 Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 1 - 0+00.0 to 5+27.5 Start GPS: 36 0' 34.99" N 94 10' 20.03" W End GPS: 36 0' 40.24" N 94 10' 21.16" W Run Speed (Avg, Max, Min): Run 1 - 25.6, 28.8, 19.4 mph Total Distance: 5+27.5 Date [Paved/Corrected]: Run 1 - 7/11/2019 10:56:31 AM Date Tested: Run 1 - 7/12/2019 10:56:31 AM File Modifications: Run 1 - No Modifications Found 5+00.0 I Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: SB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: East Outside Lane, Grind Correction Calibration Settings Distance: 323356 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sis5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft l Summary - Run 1 - East Outside Lane, Grind Correction Track 1 Segment Station (ft) Rough (in) PRI (in/mi) 1 0+00.0 - 5+27.4 1.96 14.8-1 0+00.0 1.48 14.82 5+27.4 Certified by: Title Organization: SSI Profiler Version 3.2.7.50 Licensed to MTA Engineers - Little Rock, AR Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 2 - 0+00.0 to -5+28.0 Start GPS: 36 0' 45.92" N 94 10' 22.50" W End GPS: 36 0' 40.67" N 94 10' 21.24" W Run Speed (Avg, Max, Min): Run 2 - 24.3, 29.7, 15.5 mph Total Distance: 5+28.0 Date [Paved/Corrected]: Run 2 - 1/1/0001 12:00:00 AM Date Tested: Run 2 - 1/1/0001 12:00:00 AM File Modifications: Run 2 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: SB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: East Outside Lane, Joint Bump Correction Calibration Settings Distance: 323356 encoder counts in 500.00 ft. Track 1: Height Sensor Type: s1s5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft L� Summary - Run 2 - East Outside Lane, Joint Grind Correction Track 1 Segment Station (ft) Rough (in) PRI (in/mi) Summary - Run 2 - East Outside Lane, Joint Grind Correction Track 1 Segment Station (ft) Rough (in) PRI (in/mi) 0+00.0 1 -5+27 9 1.30 13.00 0+00.0 1.30 13.00 -5+27.9 Run 2 Track 1 9> 10> 11> 12> 13> 14> 15> 16> 17> -2+00.0 -3+00.0 -4+00.0 20> 21> 22> -5+00.0 Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 2 - 0+00.0 to -5+28.0 Start GPS: 36 0' 45.92" N 94 10' 22.50" W End GPS: 36 0' 40.67" N 94 10' 21.24" W Run Speed (Avg, Max, Min): Run 2 - 24.3, 29.7, 15.5 mph Total Distance: 5+28.0 Date [Paved/Corrected]: Run 2 - 1/1/0001 12:00:00 AM Date Tested: Notes - Track 1 1. Start Collection @ 0+00.0 2. 36 0' 45.89" N 94 10' 22.49" W 3. 36 0' 45.65" N 94 10' 22.43" W 4. 36 0' 45.37" N 94 10' 22.36" W S. 36 0' 45.07" N 94 10' 22.28" W 6. 36 0' 44.81" N 94 10' 22.22" W 7. 36 0' 44.54" N 94 10' 22.15" W 8. 36 0' 44.27" N 94 10' 22.09" W 9. 36 0' 43.98" N 94 10' 22.02" W 10. 36 0' 43.69" N 94 10' 21.95" W 11. 36 0' 43.39" N 94 10' 21.88" W 12. 36 0' 43.08" N 94 10' 21.81" W 13. 36 0' 42.77" N 94 10' 21.73" W 14. 36 0' 42.44" N 94 10' 21.66" W 15. 36 0' 42.12" N 94 10' 21.58" W 16. 36 0' 41.79" N 94 10' 21.50" W 17. 36 0' 41.53" N 94 10' 21.44" W 18. Speed @ -4+63.5 = 29 mph 19. 36 0' 41.28" N 94 10' 21.38" W 20. 36 0' 41.02" N 94 10' 21.32" W 21. 36 0' 40.76" N 94 10' 21.26" W 22. End Collection @ -5+27.9 Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 2 - 0+00.0 to -5+28.0 Start GPS: 36 0' 45.92" N 94 10' 22.50" W End GPS: 36 0' 40.67" N 94 10' 21.24" W Run Speed (Avg, Max, Min): Run 2 - 24.3, 29.7, 15.5 mph Total Distance: 5+28.0 Date [Paved/Corrected]: Run 2 - 1/1/0001 12:00:00 AM Date Tested: Run 2 - 1/1/0001 12:00:00 AM File Modifications: Run 2 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: SB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: East Outside Lane, Joint Bump Correction Calibration Settings Distance: 32335E encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 2 - East Outside Lane, Joint Grind Correction Track 1 Segment Station (ft) Rough (in) PRI (in/mi) 1 0+00.0 1.30 13.00 — -5+27.9 0+00.0 1.3C 13.CC ( -5+27.9 Certified by: Title: Organization: SSI Profiler Version 3.2.7.50 Licensed to MTA Engineers - Little Rock, AR Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 4 - 0+00.0 to -5+28.0 Start GPS: 36 0' 45.88" N 94 10' 22.75" W End GPS: 36 0' 40.63" N 94 10' 21.53" W Run Speed (Avg, Max, Min): Run 4 - 26.9, 35.5, 15.5 mph Total Distance: 5+28.0 Date [Paved/Corrected]: F,in } - i/i/0001 12:00:00 AM Date Tested: Run 4 - 1/1/0001 12:00:00 AM File Modifications: Fun 4 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: SB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: West Inside Lane, Joint Bump Correction Calibration Settings Distance: 323356 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 4 West Inside Lane, Joint Grind Correction I Segment Station (ft) Rough (in) PRI (in/mi) i. Summary - Run 4 - West Inside Lane, Joint Grind Correction Track 1 Segment Station (ft) Rough (in) PRI (in/mi) 0+00.0 1 0.63 6.30 — -5+27.9 0+00.0 0.63 6.30 -5+27.9 Run 4 Track 1 4> iD> 11> 12> 13> 14> 15> 16> 17> -2+00.0 -3+00.0 -4+00.0 1�> _9> 20> 21> Notes - Track 1 Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 4 - 0+00.0 to -5+28.0 Start GPS: 36 0' 45.88" N 94 10' 22.75" W End GPS: 36 0' 40.63" N 94 10' 21.53" W Run Speed (Avg, Max, Min): Run 1 - 26.9, 35.5, 15.5 mph Total Distance: 5+28.0 Date [Paved/Corrected]: Run 4 - 1/1/0001 12:00:00 AM Date Tested: Run 4 - 1/1/0001 12:00:00 AM -5+00.0 1. Start Collection @ 0+00.0 2. 36 0' 45.86" N 94 10' 22.75" W 3. 36 0' 45.56" N 94 10' 22.68" W 4. 36 0' 45.29" N 94 10' 22.62" W S. 36 0' 44.99" N 94 10' 22.55" W 6. 36 0' 44.72" N 94 10' 22.49" W 7. 36 0' 44.44" N 94 10' 22.42" W 8. 36 0' 44.14" N 94 10' 22.35" W 9. 36 0' 43.82" N 94 10' 22.28" W 10. 36 0' 43.49" N 94 10' 22.20" W 11. 3E 0' 43.23" N 94 10' 22.14" W 12. 36 0' 42.97" N 94 10' 22.08" W 13. 3E 0' 42.70" N 94 10' 22.01" W 14. 36 0' 42.42" N 94 10' 21.95" W 15. 36 0' 42.14" N 94 10' 21.88" W 16. 36 0' 41.84" N 94 10' 21.82" W 17. 36 0' 41.55" N 94 10' 21.74" W 18. 36 0' 41.25" N 94 10' 21.67" W 19. Speed @ -4+75.8 = 35 mph 20. 36 0' 40.94" N 94 10' 21.60" W 21. End Collection @ -5+27.9 Data File: Fayetteville Airport Taxiway Grind Corrections.rsd Stations: Run 4 - 0+00.0 to -5+28.0 Start GPS: 36 0' 45.88" N 94 10' 22.75" W End GPS: 36 0' 40.63" N 94 10' 21.53" W Run Speed (Avg, Max, Min): Run 1 - 26.9, 35.5, 15.5 mph Total Distance: 5+28.0 Date [Paved/Corrected]: Run 4 - 1/1/0001 12:00:00 AM Date Tested: Run 4 - 1/1/0001 12:00:00 AM -5+00.0 File Modifications: Run 4 - No Modifications Found Project Parameters Project Number: 19-100 State: AR County: Washington Contractor: Hutchens Pavement Type: Asphalt Traffic Direction: SB Highway: Taxiway Number of Lanes: 1 Direction of Paving: South Tested by: Paul Muse Paving Action: Asphalt Special Provisions: Report Specification: FAA Report Memo: West Inside Lane, Joint Bump Correction Calibration Settings Distance: 323356 encoder counts in 500.00 ft. Track 1: Height Sensor Type: sls5000 200/300 Low Standoff Dot Height Sensor Level Reading: 0.00 in. Accelerometer Constant: 9064.7845 Filter Settings Filter Type: Moving Average Filter Width: 1.900 ft Filter Gain: 1.00 Scallop Parameters Minimum Height: 0.035 in (Inclusive) Minimum Length: 2.000 ft Resolution: 0.010 in Blanking Band: 0.200 in Localized Roughness Settings Simulated Profilograph Data Used for Defects Analysis Bump Height: 0.40 in Bump Width: 25.00 ft Dip Depth: 0.40 in Dip Width: 25.00 ft Summary - Run 4 - West Inside Lane, Joint Grind Correction Track 1 Segment Station (ft) Rough (in) PRI (in/mi) 1 0+00.0 0.63 6.30 -5+27.9 0+00.0 0.63 6.30 -5+27.9 Certified by: Title: Organization: Thomas & Associates, Inc. Material and Soil Testing Construction Observation P.O. Box 4487 Little Rock, Arkansas 72214 501-960-7802 - 501-664-5181 (fax) May 8, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perca SUBJECT: LABORATORY TESTING ON HOT ML IX ASPHALT (LOT 1, SUBLOT 1-3) TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached results of the laboratory testing on hot -mix asphalt (Lot 1 Sublots 1-3) placed on May 7, 2019 at the above -referenced project. Should you have any questions please do not hesitate to contact us. Attached Plates: 1 and 2 Sincerely, THOMA S &ASSOCIATES, INC. Enice Thomas President PIK • _« - THOMAS AND ASSOCIATES ASPHALT LABORATORY Marshall Method BY Ce ITEM BATCH MOLD BULK Sp Gr STABILITY - Lb. DATE 5/7/2019 No: 19-5020 Project Taxiway B Widening & Rehabilitation Type: P-401 CALCULATE GrAC: (Gb) 1.0143 Grade AC: PG 76-22 Anti -Strip: none Sp.Gr. g.Belnd: Gsb) 2.642 Compactions: 3 310 D F Lot. Spec. Sublot No. % Asphalt Cement HT. Corr (ASTM D2726) Weight - Grams In Air In Water SSD Specific Gravity Actual Avg. Theor. Voids - Per Cent Total Mix V.MA Stability - Lb- Measured Adjusted Flow Units of 1/100 in. A B C D E F G H J K M N 0 (D) (F-E 100 - 10{ 0•G) (H) (100-1) (C - M) 1.0 1198.1 693.8 1199.7 2.368 2.8 2970 2970 1-1 1.0 1193.9 691.1 1195.5 2.367 2.8 2960 2960 1.0 1194.9 689.7 1196.4 2.367 2.8 2890 2890 Avg5.6 2.367 2.436 2.8 15.4 2940 2940 1.0 1199.2 691.7 1201.2 2.355 3.5 3080 3080 1-2 1.0 1198.6 692.1 1200.4 2.358 3.4 2960 2960 1.0 1196.2 690.0 1197.6 2.357 3.4 3150 3150 Avg5.5 2.357 2.440 3.4 15.7 3063 3063 1.0 1192.2 685.0 1194.5 2.340 3.7 3410 3410 1-3 1.0 1194.3 687.2 1196.4 2.345 3.5 3350 3350 1.0 1192.2 688.0 1193.9 2.357 3.0 3210 3210 Avg 5.3 2.347 2.429 3.4 15.9 3323 3323 Avg: 5.5 2.357 2.435 3.2 15.7 max. T neoreucai ,p.Lir.= 1yv crag = "/a AGO. Notes: -' From Conversion Table. (ASTM D6927) % AC + % Aaa" 100 _ % AC Gac Gag Max Theo. Gac Plate 1 THEORETICAL MAXIMUM SPECIFIC GRAVITY OF BITUMINOUS PAVING MIXTURES (ASTM D2041, Type D Pycnometer) Project: Taxiway B Widening & Rehabilitation Job #: 19-5020 Tested By: Candon Bolinger Sampled By: Candon Bolinger Type: P-401 Lot #: 1 Date Placed: 5-7-19 Type AC: PG 76-22 Gb AC:1.0143 THOMAS AND ASSOCIATES Plate 2 ASTM D2041 Trial # 1-1 Load # 2-103 114 Tons A Wei t of P cnometer & Sam le B I Weight of Pycnometer C Weight of Sample (A -B) 2210.0 D Weight of P cnometer in Water 1343.1 E Weight of P c+Sam le in Water 2645.9 F Water Displaced C E -D 907.2 G Maximum Theoretical S G C 2.436 Average: 2.436 THOMAS AND ASSOCIATES Plate 2 ASTM D2041 Trial # 1-2 Load # 41 223 Tons A Weight of P cnometer & Sample B Weight of Pycnometer C Weight of Sample (A -B) 2199.6 D Weight of P cnometer in Water 1516.0 E Weight of Pyc+Sample in Water 2814.2 F I Water Displaced C- E -D 901.4 G Maximum Theoretical S G CIF 2.440 Average: 2.440 ASTM D2041 Trial # 1-3 A Load # Weight of Pyenometer & Sample 2-90 383 Tons B I Weight of Pycnometer C D Weight of Sa le (A -B) Weight of P cnometer in Water 2202.9 1516.0 E Weight of P c+Sam le in Water 2812.0 F Water Displaced C- D 906.9 G Maximum Theoretical S G (C/F) 2.429 Average: 2.429 THOMAS AND ASSOCIATES Plate 2 Thomas & Associates, Inc. Material and Soil Testing Construction Observation P.O. Box 4487 Little Rock, Arkansas 72214 501-96C-7802 -501-664-5 f 81 (fax) May 8, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: LABORATORY TESTING ON HOT -MIX ASPHALT (LOT 1, SUBLOT 1-3) TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached results of the laboratory testing on hot -mix asphalt (Lot 1 Sublots 1-3) placed on May 7, 2019 at the above -referenced project. Should you have any questions please do not hesitate to contact us. Attached Plates: 1 and 2 Sincerely, THOMAS &ASSOCIATES, INC. `_X Enice Thomas President KAB/ame m N C N CD C ❑ r O � O LL O j N W G1 O O O O O O N O M O M O O O M N F- Q C Y U 7 U m N m N N m C'I O M m N MM O cc�� M M M N M M M _J 07 Cll J _O M J Q N C a .%. O O O O O O O M O O O CO ico m 0) W C) co m p d M N m <-% n N N N N M N co M M co M Cl) E 0 U N Cy Y oo L2 m > � a U .. d Opp p x oU T Cm > o r ao In co of in v V a r` In o N Q N O O OL o L D OO m LO N m N N N N O O O Ch Q L O m L d' o O. V! U w 00 ca M f- (o M ti Lo ['') f` m M M 00 LO M I` Lf) M ti cO M O v M � v Cl? ti �o M N v M LO (� Q LL N N N N N N N N N N N N a c Q r In VN d' M LO V m d. U) (c C) rn NC CN a 4 C L (a Q L FD O O N O N W m m 00CT1 m m co 00 Co Co N C (D O (D (D O O co <o m n C U N C a ❑ (D m m N (D N N M N m Q ❑ rn rn rn rn rn rn rn m T T� Lo 3 U 'R � t ° o 0 C 0 Cl 0 0 0 0 � a� F 2 � c0 c `-� Qm (D m (D M Ln :n a � ui o U Cl) z o az Q n Q N Q O (� LL7 Q J N Z r Q Q r Q THEORETICAL MAXIMUM SPECIFIC GRAVITY OF BITUMINOUS PAVING MIXTURES (ASTM D2041, Type D Pycnometer) Project: Taxiway B Widening & Rehabilitation Job #: 19-5020 Tested By: Candon Bolinger Sampled By: Candon Bolinger Type: P-401 Lot #: 1 Date Placed: 5-7-19 Type AC: PG 76-22 Gb AC:1.0143 THOMAS AND ASSOCIATES Plate 2 ASTM D2041 Trial # 1-1 Load # 2-103 114 Tons A Wei t of P cnometer & Sample B Weight of Pycnometer C Weight of Sample (A -B) 2210.0 D Weight of P cnometer in Water 1343.1 E Weight of Pyc+Sample in Water 2645.9 F Water Displaced C E -D 907.2 G Maximum Theoretical SPG C 2.436 Average: 2.436 THOMAS AND ASSOCIATES Plate 2 ASTM D2041 Trial # 1-2 Load # 41 223 Tons A Weight of P cnometer & Sample B Wei&t of P cnometer C Weight of Sample (A -B) 2199.6 D Weight of P cnometer in Water 1516.0 E Weight of Pyc+Sawple in Water 2814.2 F Water Displaced C- E -D 901.4 G Maximum Theoretical S G (C/F) 2.440 Avera e: 2.440 ASTM D2041 Trial # 1-3 A B C Load # Weight of Pycnometcr & Sample Weight of Pycnometer I Weight of Sample A-13 2-90 383 Tons _ 2202.9 D Weight of P cnometer in Water 1516.0 E Weight of P +Sam le in Water 2812.0 F Water Displaced C- E -D 906.9 G Maximum Theoretical S G (C/F) 2.429 Average: 2.429 THOMAS AND ASSOCIATES Plate 2 ThOmas & Associates, Inc. Material and Soil Testing Construction Observation P.O. Box 4487 Little Flock, Arkansas 72214 501.960-7802 - 501-664-5181 (fax) May 13, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Pcrea SUBJECT: ASPHALT CORE DENSITIES (LOT 1, SUBLOT 1-3) TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached, as Plate 1, results of the core densities for Lot 1 Sublots 1-3 cut on May 9, 2019 at the above -referenced project. Should you have any questions please do not hesitate to contact us. 4 Sincerely, THOMAS & ASSOCIATES, INC. �`�- Enice Thomas President KABlame CORE DENSITIES Project: Taxiway B Widening & Rehabilitation Job No. 19-5020 Type: P-401 Lot. #: 1 Producer: Hutchens Sonora Date Placed: 5-7-19 Date Cored: 5-9-19 MAT DENSITY ASTM D2726 Core # Thickness Dry Wt. Wt. in Water SSD Bulk Sp. Gravity Avg Mar Bulk S G of Lot % Comp 1-1 2.625 2702.9 1541.2 2705.4 2.322 2.367 98.1 1-2 2.75 2954.1 1688.9 2956.1 2.331 2.357 98.9 1-3 2.875 2981.0 1698.6 2983.2 2.321 2.347 98.9 Av . % Com action: JOINT DENSITY ASTM D2726 Core # Thickness Dry Wt. Wt. in Water SSD Bulk Sp. Gravity Avg Mar Bulk S G of Lot % Comp 1-1 STA 106+75 20' L (1-t lift) 1-2 STA 112+75 17' L (1st lift) 1-3 STA 104+65 18' L (2n' lift) Avg. % Compaction: MAT CORE LOCATIONS JOINT CORE LOCATIONS Core # Station Offset from CL Core # Stations Offset from CL 1-1 STA 106+75 20' L (1-t lift) 1-2 STA 112+75 17' L (1st lift) 1-3 STA 104+65 18' L (2n' lift) Notes: Tested By: Candon Bollinger Plate 1 Thomas & Associates, Inc. Material and Soil Testing Construction Observation P.O. Box 4487 Little Rock, Arkansas 72214 501-960-7802 - 501-664-5181 (fax) June 27, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72703 Attention: Mr. Ben Perea SUBJECT: LABORATORY TESTING ON HOT -MIX ASPHALT (LOT 2, SUBLOT 1-3) TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached results of the laboratory testing on hot -mix asphalt (Lot 2 Sublots 1-3) placed on June 25, 2019 at the above -referenced project. Should you have any questions please do not hesitate to contact us. Attached Plates: i and 2 Sincerely, THOMAS & ASSOCIATES, INC. ewz�' A. -X Enice Thomas President KAB/ame ti N m toa H a y 0 c O U E O i O N LL F0 FL O I a L n N a t� 0 0 r 0 0 0 0 0 0 F O U O V) O It M O M l0 LO zT IT It Q y _J co J Q m U) U U , U) M vi a o n ° O 00 O O O } U.0 U OO 0O O O CO a a V V t d V V V V O U N 0 < K n CD LO U a ' c Co X _ U i V N n d n V It V r "T r M O J ch N C-; M M O O O N OBJ Q �' I— � V r• V' O p C7 Q N Q 00 N M co Ln 00 00 r V o0 Ln N J- W (n U C7 W a LL U) M r (D M cD M C0 M (0 M c0 M r M n M (D M (0 (0 (D (� m a < `- N N N N N N N N N N N N N ro 0 a 0 (D (0 .-- cq r M N Iq W IL Q V) Ln 0 co rn co rn N rn V rn to 0 (D D O o (0 m �/� U) cm !n — L co co L7 M r 00 O) r a0 N N co Z W 0 rn rn 00 CC OD cn (n 0) ;; cC Q co c0 CD (D (D (D (0 cD m C � Ur r N G Q � N co to (D 0 M r in ao Q V) Q 7 r 00 N M It 1n CD L7 G T � ro 3 x H v U U o 0 0 0 0 0 Cn m o h = W q` F- C) () av (n (n Lq In U) .o U < co 0 < o L Z Q Q n N < d) G 0 7 0 r G) N O) M m 7 N < N Q N Q ti N m toa H a y 0 c O U E O i THEORETICAL MAXIMUM SPECIFIC GRAVITY OF BITUMINOUS PAVING MIXTURES (ASTM D2041, Type D Pyenometer) Project: Taxiway B Widening & Rehabilitation Job #: 19-5020 Tested By: JC Lewis Sampled By: JC Lewis Type: P401 Lot #: 2 Date Placed: 6-25-19 Type AC: PG 76-22 Gb AC: THOMAS AND ASSOCIATES Plate 2 ASTM D2041 Trial # 2-1 Load # 81 tons A Weight of Pycnometer & Sample B I Wei ht of P cnometer C Weight of Sample (A -B) 2200.8 D Weight of Pycnometer in Water 1342.6 E Wei t of Pye+Sample in Water 2645.2 F Water Displaced C -D G Maximum Theoretical S OF 2.450 Average: THOMAS AND ASSOCIATES Plate 2 ASTM D2041 Trial # 2-2 Load # 381 tons A Weight of Pycnometer & Sample B Weight of P cnometer C Wei t of Sam le (A -B) 2209.4 D Weight of P cnometer in Water 1516.4 E Weight of Pyc+S#Tple in Water 2824.8 F Water Displaced C- E -D G Maximum Theoretical S G C 2.452 Average: ASTM D2041 Trial # 2-3 Load # 606 tons A Weight of P cnometer & Sample B Weight of Pyenometer C I Weight of Sample (A -B) 2208.8 D Weight of P cnometer in Water 1342.6 E Weight of P c+Sam le in Water 2646.5 F Water Displaced G D G Maximum Theoretical 5 G C 2.441 Average: THOMAS AND ASSOCIATES Plate 2 Thomas & Associates, Inc. Materia! and Soil Testing Construction Observation P.O. Box 4487 Little Rack, Arkansas 72214 501-960-7802 - 501.664-5181 (fax) July 1, 2019 Job No.: 19-5020 Garver 2049 E. Joyce Blvd #400 Fayetteville, AR 72 703 Attention: Mr. Ben Perea SUBJECT: ASPHALT CORE DENSITIES (P403 LOT 2, SUBLOT 1-3) TAXIWAY B WIDENING & REHABILITATION FAYETTEVILLE, ARKANSAS Mr. Perea: Please find attached, as Plate 1, results of the core densities for Lot 2 Sublots 1-3 cored on June 26, 2019 at the above -referenced project. Should you have any questions please do not hesitate to contact us. Sincerely, THOMAS & ASSOCIATES, INC. X Enice Thomas President KAB/ame CORE DENSITIES Project: Taxiway B Widening & Rehabilitation Job No. 19-5020 Type: P-403 Lot. #: 2 Producer: Hutchens Sonora Date Placed: 6-25-19 Date Cored: 6-26-19 MAT DENSITY ASTM D2726 Core # Overall Thickness Dry Wt. Wt. in Water SSD Bulk Sp. GravityS Avg Mar Bulk G of Lot n Comp % 2-1 6.0 1407.7 809.3 1408.1 2.350 2.367 99.3 2-2 5.875 1212.9 691.5 1214.3 2.320 2.367 98.0 2-3 5.375 1301.6 732.2 1306.0 2.270 2.367 95.9 Avg. % Com action: 97.7 MAT CORE LOCATIONS JOINT CORE LOCATIONS Core # Station Offset from CL Core # Stations Offset from CL 2-1 STA 119+75 38' Rt 2-2 STA 117+29 6'L 2-3 STA 118+50 9' Rt Notes: Tested By: Robert Brewer THOMAS & ASSOCIATES Plate 1 Thomas & Assmciates, Ino, fiMaterial and Soil -asting Construction Observation F.O. Box 4487 Little Rock, Arkansas 72214 5C'-960-7802 •501.664.5181 (fax) REPORT OFCONCRETE E CYLINDER CONI TPRESSI®N TEST NSTM C-39 PROJECT NAME: TAXIWAY B'WIDENING & REHAB GHBW JOB NUMBER 19-5020 PROJECT LOCATION FAYETTEVILLE, AR CONTRACTOR BENCHMARK CLIENT GARVER REPORT DATE 07/31/2019 MATERIAL SOURCES: MIX DESIGNATION: CONCRETE TUNE CEMENT,LBS CEMENT FLYASH,LBS FLYASH FINE AGG.,LBS FINE AGG. COARSE AGG.I,LBS COARSE AGG. 1 COARSE AGG.2,LBS COARSE AGG. 2 WATER, GALS ADMIX 1 ADMIX 1, OZ ADMIX 2 ADMIX 2, OZ ADMIX 3 ADMIX 3, OZ OTHER OTHER FIELD DATA ASTM C143;SLUMP,INS 4.50 TRUCK NO. 87 ASTM C231/C173;AIR,% 5.2 TICKET NO. 326818 AMB. TEMP. 80 TIME 2:10 ASTM C1064;CONC. TEMP.: 86 NO.CU.YDS. 6.0 FIELD TEST BY LM WATER ADD.,GALS 6.0 REPRESENTING THOMAS LAB TEST BY GHBW SPEC STRENGTH,PSI: 4000 FIELD ID PLACEMENT LOCATION : WEST SIGN BASE REMARKS : LAB # DATE DAYS AVE. AGE TOTAL COMP. TYPE CAST LAB DIA. AREA DATE OF LOAD, SIREN. OF CURE INS. SQ IN TESTED TEST LBS. PSI FAIL 5020-2A 07/23/2019 6 4.00 12.56 07/30/2019 7 50,140 3,990 2 Copies: THOMAS AND ASSOCIATION ADAM WHITE ATTN: ENICE THOMAS BEN PEREA GARVER BRIAN BUTLER ATTN: SETH YANCEY BENCHMARK CONSTRUCTION Thomas & Associates, i11c, Materia' a. -d S0 Tasting Cons`ruction Observation P.O. Box 4487 Little flock, Arkansas 72214 501-960.7802 - 501.664.5181 (fax) Rf:PORT OF CONCRETE CYLINDER COMPR-ESSION TEST ASTM C-39 PROJECT NAME: TAXIWAY B. WIDENING & REHAB GHBW JOB NUMBER 19-5020 PROJECT LOCATION FAYETTEVILLE, AR CONTRACTOR BENCHMARK CLIENT GARVER REPORT DATE 07/18/2019 MATERIAL SOURCES: MIX DESIGNATION: 7555 CONCRETE TUNE CEMENT,LBS CEMENT FLYASH,LBS FLYASH FINE AGG.,LBS FINE AGG. COARSE AGG.l,LBS COARSE AGG. 1 COARSE AGG.2,LBS COARSE AGG. 2 WATER, GALS ADMIX 1 ADMIX 1, OZ , ADMIX 2 ADMIX 2, OZ ADMIX 3 ADMIX 3, 07 OTHER OTHER FIELD DATA ASTM C143;SLUMP,INS 2.75 TRUCK NO. 179 ASTM C231/C173;AIR,% 4.3 TICKET NO. 325248 AMB. TEMP. 88 TIME 11:30 ASTM C1064;CONC. TEMP.: 89 NO.CU.YDS. 10.0 FIELD TEST BY BR WATER ADD.,GALS 10.0 REPRESENTING THOMAS LAB TEST BY GHBW SPEC STRENGTH,PSI: 4000 FIELD IQ 1 PLACEMENT LOCATION RUNWAY DRAINAGE AND SIGN BASES REMARKS : LAB # DATE DAYS AVE. AGE TOTAL COMP. TYPE CAST LAB DIA. AREA DATE OF LOAD, STREN. OF CURE INS. SQ IN TESTED TEST LBS. PSI FAIL 5020-1A 07/09/2019 6 4.00 Copies, THOMAS AND ASSOCIATION ATTN: ENICE THOMAS GARVER ATTN: SETH YANCEY 12.56 07/16/2019 7 57,570 4,580 5 ADAM WHITE BEN PEREA BRIAN BUTLER BENCHMARK CONSTRUCTION Mornas & Associates, Inc. Material and Scl' Testing Construction Observation P.O. Box 4487 Uttfe Rock, Arkansas 72214 50 ? -960.7602 - 501.664.518 t (fax) ;PORT OF CONCRETE CYLINDER COM ESSIWNT TEST STNI C-39 PROJECT NAME: TAXIWAY B.WIDENING & REHAB GHBW JOB NUMBER 19-5020 PROJECT LOCATION FAYETTEVILLE, AR CONTRACTOR BENCHMARK CLIENT GARVER REPORT DATE 08/02/2019 MATERIAL SOURCES: MIX DESIGNATION: CONCRETE TUNE CEiMENT,LBS CEMENT FLYASH,LBS FLYASH FINE AGG.,LBS FINE AGG. COARSE AGG.I,LBS COARSE AGG. 1 COARSE AGG.2,LBS COARSE AGG. 2 WATER, GALS ADMIX 1 ADMIX 1, OZ ADMIX 2 ADMIX 2, OZ ADMIX 3 ADMIX 3, OZ OTHER OTHER FIELD DATA ASTM C143;SLUMP,INS 3.50 TRUCK NO. 189 ASTM C231/C173;AIR,% 4.0 TICKET NO. 327214 AMB. TEMP. 77 TIME 10:50 ASTM C1064;CONC. TEMP.: 85 NO.CU.YDS. 10.0 FIELD TEST BY LM WATER ADD.,GALS REPRESENTING THOMAS LAB TEST BY GHBW SPEC STRENGTH,PSI: 3500 FIELD ID PLACEMENT LOCATION : 2 FEET FOOTING DITCH DRAIN REMARKS : LAB # DATE DAYS AVE. AGE TOTAL COMP. TYPE CAST LAB DIA. AREA DATE OF LOAD, STREN. OF CURE INS. SQ IN TESTED TEST LBS. PSI FAIL 5020-3A 07/26/2019 6 4.00 12.56 08/02/2019 7 36,720 2,920 2 Copies: THOMAS AND ASSOCIATION ADAM WHITE ATTN: ENICE THOMAS BEN PEREA GARVER BRIAN BUTLER ATTN: SETH YANCEY BENCHMARK CONSTRUCTION FhC?i as & Associates, Inc. Material and S0 Testing Construction Observation F0, Box 4487 Little Rock, Arkansas 72214 501.960-7802 -501-664-5181 (1fax) REPORT OF CONCRETE CYLINDER COMPRESSION TEST ASTM C-39 PROJECT NAME: TAXIWAY B.WIDENING & REHAB GHBW JOB NUMBER 19-5020 PROJECT LOCATION FAYETTEVILLE, AR CONTRACTOR BENCHMARK CLIENT GARVER REPORT DATE 08/06/2019 MATERIAL SOURCES: MIX DESIGNATION: 7555 CONCRETE TUNE CEMENT,LBS CEMENT FLYASH,LBS FLYASH FINE AGG.,LBS FINE AGG. COARSE AGG.I,LBS : COARSE AGG. 1 COARSE AGG.2,LBS COARSE AGG. 2 WATER, GALS ADMIX 1 ADMIX 1, OZ ADMIX 2 ADMIX 2, OZ ADMIX 3 ADMIX 3, OZ OTHER OTHER FIELD DATA ASTM C143;SLUMP,INS ASTM C231/C173;AIR,% AMB. TEMP. ASTM C1064;CONC. TEMP.: FIELD TEST BY REPRESENTING FIELD ID : 1 PLACEMENT LOCATION REMARKS : LAB # DATE CAST 2.75 TRUCK NO. 4.3 TICKET NO. 88 TIME 89 NO.CU.YDS. BR WATER ADD.,GALS THOMAS LAB TEST BY 69,270 SPEC STRENGTH,PSI: : RUNWAY DRAINAGE AND SIGN BASES DAYS AVE. AGE TOTAL LAB DIA. AREA DATE OF LOAD, CURE INS. SQ IN TESTED TEST LBS. 179 325248 11:30 10.0 10.0 GHBW 4000 COMP. TYPE STREN. OF PSI FAIL 5020-1A 07/09/2019 6 4.00 12.56 07/16/2019 7 57,570 4,580 5 5020-1B 07/09/2019 27 4.00 12.56 08/06/2019 28 69,270 5,510 5 5020-1C 07/09/2019 27 4.00 12.56 08/06/2019 28 68,090 5,420 5 5020-1D 07/09/2019 27 4.00 12.56 08/06/2019 28 66,430 5,290 5 Copies: THOMAS AND ASSOCIATION ADAM WHITE ATTN: ENICE THOMAS BEN PEREA GARVER BRIAN BUTLER ATTN: SETH YANCEY BENCHMARK CONSTRUCTION I hot`ilas & Associates, Inc. Materlai and Sol! Tast o Corstrurtion Observation P.O. Sex 4487 Little Rock, Arkansas 72214 501.060.7802 , 501.334.5181 (fax) REPORT OF CONCRETE RETE CYLINDER COMPRLSSION TESD' ASTIR C-39 PROJECT NAME: TAXIWAY B WIDENING & REHAB GHBW JOB NUMBER 19-5020 PROJECT LOCATION FAYETTEVILLE, AR CONTRACTOR BENCHMARK CLIENT GARVER REPORT DATE 08/20/2019 MATERIAL SOURCES: MIX DESIGNATION: CONCRETE TUNE CEMENT,LBS CEMENT FLYASH,LBS FLYASH FINE_ AGG.,LBS FINE AGG. COARSE AGG.I,LBS : COARSE AGG. 1 COARSE AGG.2,LBS : COARSE AGG. 2 WATER, GALS ADMIX 1 ADMIX 1, OZ ADMIX 2 ADMIX 2, OZ ADMIX 3 ADMIX 3, OZ OTHER OTHER FIELD DATA ASTM C143;S1_UMP,INS ASTM C231/C173;AIR,% AMB. TEMP. ASTM C1064;CONC. TEMP.: FIELD TEST BY REPRESENTING FIELD ID : PLACEMENT LOCATION REMARKS : 4.50 5.2 80 86 LM THOMAS WEST SIGN BASE TRUCK NO. TICKET NO. , TIME NO.CU.YDS. WATER ADD.,GALS LAB TEST BY SPEC STRENGTH,PSI: LAB # DATE DAYS AVE. AGE TOTAL CAST LAB DIA. AREA DATE OF LOAD, CURE INS. SQ IN TESTED TEST LBS. 87 326818 2:10 6.0 6.0 GHBW 4000 COMP. TYPE SIREN. OF PSI FAIL 5020-2A 07/23/2019 6 4.00 12.56 07/30/2019 7 50,140 3,990 2 5020-2B 07/23/2019 27 4.00 12.56 08/20/2019 28 62,650 4,990 2 5020-2C 07/23/2019 27 4.00 12.56 08/20/2019 28 56,060 4,460 2 5020-2D 07/23/2019 27 4.00 12.56 08/20/2019 28 58,900 4,690 2 Copies: THOMAS AND ASSOCIATION ADAM WHITE ATTN: ENICE THOMAS BEN PEREA GARVER BRIAN BUTLER ATTN: SETH YANCEY BENCHMARK CONSTRUCTION Thomas & Associates, Inc. Material and Soil Testing Construction Cmervation P.O. Box 4487 Little Rock, Arkansas 72214 501-960-7802 -501-664-5f8', (fax) REPORT OF CONCRETE CYLINDER. COMPRESSION TEST ASTM C-39 PROJECT NAME: TAXIWAY B'WIDENING & REHAB GHBW JOB NUMBER 19-5020 PROJECT LOCATION FAYETTEVILLE, AR CONTRACTOR BENCHMARK CLIENT GARVER REPORT DATE 08/23/2019 MATERIAL SOURCES: 07/26/2019 6 MIX DESIGNATION: 12.56 CONCRETE TUNE CEMENT,LBS 5020-3B CEMENT 4.00 FLYASH,LBS 08/23/2019 28 FLYASH 4,450 2 FINE AGG.,LBS 07/26/2019 27 FINE AGG. 12.56 COARSE AGG.I,LBS : 56,970 COARSE AGG. 1 5020-3D COARSE AGG.2,LBS : 4.00 COARSE AGG. 2 08/23/2019 28 WATER, GALS 4,530 2 ADMIX 1 ADMIX 1, OZ ADMIX 2 ADMIX 2, OZ ADMIX 3 ADMIX 3, OZ , OTHER OTHER FIELD DATA ASTM C143;SLUMP,INS 3.50 TRUCK NO. 189 ASTM C231/C173;AIR,% 4.0 TICKET NO. 327214 AMB. TEMP. 77 TIME 10:50 ASTM C1064;CONC. TEMP.: 85 NO.CU.YDS. 10.0 FIELD TEST BY LM WATER ADD.,GALS REPRESENTING THOMAS LAB TEST BY GHBW SPEC STRENGTH,PSI: 3500 FIELD ID PLACEMENT LOCATION 2 FEET FOOTING DITCH DRAIN REMARKS : LAB # DATE DAYS AVE. AGE TOTAL COMP. TYPE CAST LAB DIA. AREA DATE OF LOAD, STREN. OF CURE INS. SQ IN TESTED TEST LBS. PSI FAIL 5020-3A 07/26/2019 6 4.00 12.56 08/02/2019 7 36,720 2,920 2 5020-3B 07/26/2019 27 4.00 12.56 08/23/2019 28 55,910 4,450 2 5020-3C 07/26/2019 27 4.00 12.56 08/23/2019 28 56,970 4,530 2 5020-3D 07/26/2019 27 4.00 12.56 08/23/2019 28 56,950 4,530 2 Copies: THOMAS AND ASSOCIATION ADAM WHITE ATTN: ENICE THOMAS BEN PEREA GARVER BRIAN BUTLER ATTN: SETH YANCEY BENCHMARK CONSTRUCTION CONSTANT CURRENT REGULATOR CALIBRATION REPORT Standard Requirements: FAA AC 150/5340-26 (latest edition) Maintenance of Airport Visual Aid Facilities Owner / Sponsor. City of Fayetteville Airport: Fayetteville — Drake Field (FYV) Project Title: FYV Taxiway B Widenino and Rehab Vault ID / Location- Weather/ ocation:Weather/ Site Conditions: `bQy Constant Current Regulator #: Engineer: Garver. LLC { !n _ Contractor: ii 4 `3 Etc C L Garver Project Number: 17041211 Date: g1a7��g Last Two Weeks of Rain: inches Serves: Completed 1. Check all control equipment for proper operation 62'et 2. Perform short-circuit test Record results and recalibrate if necessary. 3. Perform open -d rcuit test on regulators with open circuit protection. Open circuit protective device should de -energize the regulator. Record results. M Comments 4. Check and record regulator input voltage and current. ❑ Input Voltage: �QQ Input Current6 KW 5. Check and record regulator output load. ❑ (ONLY if regulator has monitoring package) Volt -Amperes: 6. Check and record output current on each brightness ❑ step. If output current is outside of the allowable range, adjust the regulator's on -board potentiometer to re -calibrate the output current within the allowable range. Re-record the new output current on this form. 3 -Step CCR 5 -Step CCR B10:V B30: �� B100: L�.�' 1: 2: 3: 4: 5 Nominal: 4.8A 5.5A 6.6A 2.8A 3.4A 4.1A 5.2A 6.6A Tested By: (Signature and Date) Test Equipment: (Manufacturer and Model No.) Engineer Witness: Owner / Sponsor Witness: (Signature and Date) (Signature and Date) FYV Taxiway B Widening and Rehabilitation SS -300-17 Garver Project No. 17041211 INSULATION RESISTANCE TEST REPORT Owner/Sponsor: � f� Engineer: Garver, LLC I _ Airport Contractor:aC- Project Title: wrnv g I. )ik&4&!Y ffl&lo Garver Project Number: )"701/Q11 Vault ID / Location: Weather ! Site Conditions (Initial Test): Rain:inches Date Initial / Final Tests: T -o 6f Last Two Weeks of Weather / Site Conditions (Final Test): 'DRY Last Two Weeks of Rain: 102 inches Provide signature/date and manufacturer/model no. as required in the fields above. Initial Test Record — Owner Disposition Owner / Sponsor: (Signature and Date) Check one only: ❑ Proceed with Installation ❑ Hold SS -300-24 Initial Test Results Final Test Results Circuit Designation and Color Code Regulator Size (kW) I Megger Reading Before i Regulator Megger Reading After Field Work (Megohms) Size (kW) I Feld Work (Megohms) 1 l O 2 I I 3 4 5 t) 6 ! Tested By: �- Test Equipment Engineer Witness: Owner/Sponsor Witness: Provide signature/date and manufacturer/model no. as required in the fields above. Initial Test Record — Owner Disposition Owner / Sponsor: (Signature and Date) Check one only: ❑ Proceed with Installation ❑ Hold SS -300-24 GROUND ROD IMPEDANCE TEST REPORT Owner ISponsor:�aideu'k Engineer C-��V�(' Airport Dmg f y'aD Contractor: Project Title: -r h.3 ft A IOj( nY�Q .ktb Garver Project Number: o Date: o A 7 A q, Weather / Site Conditions: W e f Fall -of -Potential Style Tester (Fj_� r. KK Manufacture Clamp-On Style Tester (C): Manufacturer. Model k: 10 5'Z _ Model #: Ground Rod # Test Equipment Style F or C Impedance Value (Ohms). Ground Rod # Test Equipment S to F or C -Impedance Value Ohms I a'3 T� i 0191 k r- q. IL I r3 n' Aa r7,�� Tested By: vl Engineer Witness: Provide signature/dale in the fields above. SS -300-25 Page ) of 5 Owner/ Sponsor: Airport: Project Title: — Date: GROUND ROD IMPEDANCE TEST REPORT Engineer: Contractor: Garver Project Number: _ Weather 1 Site Conditions: Fall -of -Potential Style Tester (F): Manufacturer. Model A. Clamp -On Style Tester (C): Manufacturer: Model Ground Rod # Test Equipment Style F or C Impedance Value Ohms Ground Rod # Test Equipment Style F or C "Impedance Value Ohms Q'I- C�R F 113,97 .3�1E G Q4,24I ! 7, 1 ag ate >' $ 74 U 13, �` G 15-1& 11, Irl 6R -_'A39 I Oq F as r S�C, Alo I ITT q Tested By: Engineer Witness: Provide signatureldate in the fields above. SS -300-25 Page -1— of 5 Owner 1 Sponsor: Airport: Project Title: Date: GROUND ROD IMPEDANCE TEST REPORT Engineer: Contractor: Garver Project Number: _ Weather / Site Conditions: Fall -of -Potential Style Tester (F): Manufacturer Model Clamp -On Style Tester (C): Manufacturer. Model #: Ground Rod # Test Equipment S Ie F or C Impedance Value Ohms Ground Rod # Test Equipment SNIP F or C 'Impedance Value Ohms 14,19 ,o ga. I S I I q, l i I I F II r7 r7 q 1 �f. (I 8 Tested By: Engineer Witness: Provide signatureldate in the fields above. SS -300-25 Page ' of _Z GROUND ROD IMPEDANCE TEST REPORT Owner / Sponsor: Engineer: Airport: _ Project Title: Date: Contractor: Garver Project Number: Weather / Site Conditions: Fall -of -Potential Style Tester (F): Manufacturer_ Model #. Clamp -On Style Tester (C): Manufacturer. Model #: Ground Rod # Test Equipment S le F or C Impedance Value (Ohms). Ground Rod # Test Equipment S le F or C -Impedance Value Ohms r4wI 3 ~r { ► q19 `7 r, Awo F r7, G 3 F r- I ►3s f G { 'F 1 z7s r7,3 I R 14O"Wa 6. `73 18.302 8, ( Tested By: Engineer Witness: Provide signature/date in the fields above. SS -300-25 Page __q__ of 1_ Owner / Sponsor.- Airport: ponsor:Airport: Project Title: _ Date: GROUND ROD IMPEDANCE TEST REPORT Engineer: Contractor: Garver Project Number: _ Weather / Site Conditions. Fall -of -Potential Style Tester (F): Manufacturer. Model #: Clamp -On Style Tester (C): Manufacturer. Model # Ground Rod # Test Equipment S to F ar C Impedance Value (Ohms). Ground Rod # Test Equipment Stvle (F or C) -Impedance Value (Ohms N)7 I j a_ F // 9 I q, i i q C .3 7 t7. 5, (J 69 F 1a,3 Tested By: Engineer Witness: Provide signature/date in the fields above. SS-300-25 Page JC' of .6- SS-300-25 S OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 i1 Construction Progress and Inspection Report Period Ending [�7 March 15, 2019 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 05 3/15/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • (3/11/19 Rain .03"), (3/12/19 Rain .34"), (3/13/19 Rain .25") • Rain did not impede the contractor they worked in the rain on the demo activities they had planned. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 5% Earthwork 0% Civil/Asphalt Demo 5% Electrical Demo 75% Drainage Demo 75% Paint Striping Demo 5% Base Material Install 0% Asphalt Placement 0% Paint Striping 0% Asphalt Placement 0% Electrical Conduit/wire 0% Drainage/Piping Install 0% Erosion Control 30% 4. Work Completed or In Progress this Period: 1. Demo of TW edge lights and bases, 75%. Temporary lighting wiring (jumpers) installed. 2. Demo of drainage structures, 75%. 3. Mill and asphalt removal at TW connectors, B, C and in-between TW B and C. 4. Survey getting set up. 5. Remove existing lead in lines at the intersection of TW D & B. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) 6. Description of Anticipated Work by Contractor for Next Period: 1. Continue demo of electrical and drainage items. 2. Install new drainage boxes and piping. 3. Install new concrete light bases and conduit. 4. Mill and remove pavement for TW B. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved ordented, delays, difficulties, etc. and actions taken.) • SPONSOR'S INSPECTOR OR REPRESENTATIVE Date Typed or Printed Name and Title 03/15/2019 Brian Butler, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE 4/30/2017 i1 Construction Progress and Inspection Report Period Ending [Q March 22, 2019 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 10 3/22/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • Weather was suitable 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 5% Earthwork 0% Civil/Asphalt Demo 10% Electrical Demo 75% Drainage Demo 75% Paint Striping Demo 5% Base Material Install 0% Asphalt Placement 0% Paint Striping 0% Asphalt Placement 0% Electrical Conduit/wire 0% Drainage/Piping Install 0% Erosion Control 30% 4. Work Completed or In Progress this Period: 1. H&H Electrical not onsite this week, they are in Hot Springs pre-fabbing their light cans in concrete at their shop. 2. Benchmark Construction survey and building their model for the site. 3. Benchmark Construction taking deliveries of some of their drainage structures. They can't start install until their survey is completed. 4. Hutchens Asphalt onsite one day to haul out their spoils from the asphalt removal performed last week. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) 6. Description of Anticipated Work by Contractor for Next Period: 1. Continue demo of electrical and drainage items. 2. Install new drainage boxes and piping. 3. Install new concrete light bases and conduit. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) • Benchmark could not build their model for the site based on the control points given to them on the drawings and was getting conflicting when they plugged it into their model. Garver provided them with three new control points for them to work off of and align with the other points given. SPONSOR'S INSPECTOR OR REPRESENTATIVE FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2014 Date Typed or Printed Name and Title 03/22/2019 �) Brian Butler, Senior Construction Observer Signature: FAA Form 5370-1 (05/14) Supersedes Previous Edition2 OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE 4/30/2017 i1 Construction Progress and Inspection Report Period Ending [0 March 29, 2019 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 90 DAYS 19 1 3/29/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • Weather was suitable most of the week. • Friday got .28" of rain 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 5% Earthwork 20% Civil/Asphalt Demo 10% Electrical Demo 85% Drainage Demo 100% Paint Striping Demo 5% Base Material Install 0% Asphalt Placement 0% Paint Striping 0% Asphalt Placement 0% Electrical Conduit/wire 5% Drainage/Piping Install 5% Erosion Control 30% 4. Work Completed or In Progress this Period: 1. H&H installed new TW B edge light bases, conduit, wiring, grounding, and light fixture installation for 8 lights along TW B south of TW D. 2. H&H completed their demo of any existing TW edge lights in this phase. 3. RCR installed 5 of the drainage boxes and completed some of the RCP piping. None of this work has been backfilled. 4. RCR hauled offsite all of the old drainage structures and TW edge light bases. 5. RCR got started on the widening cut earthwork on the west side of TW B, from TW D south to TW C. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) NIA 5b. Material (Identify material subject to pay reduction.) 6. Description of Anticipated Work by Contractor for Next Period: 1. Continue earthwork and haul out of excavated material from the widening. 2. Continue installing drainage boxes and piping. 3. Continue electrical light can and conduit installation. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) • SPONSOR'S INSPECTOR OR REPRESENTATIVE FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2014 Date Typed or Printed Name and Title 03/29/2019 G Brian Butler, Senior Construction Observer Signature: FAA Form 5370-1 (05/14) Supersedes Previous Edition2 OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 Construction Progress and Inspection Report Q Period Ending - 04/05/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 26 04/05/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) 0.50 "of rain this week. No work on Thursday due to wet conditions. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) Survey 5% Earthwork 25% Civil/Asphalt Demo 10% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 5% Base Material Install 0% Asphalt Placement 0% Paint Striping 0% Asphalt Placement 0% Electrical Conduit/wire 15% Drainage/Piping Install 10% Erosion Control 35% 4. Work Completed or In Progress this Period: H & H installed light bases, fixtures, conduit and cable on the right side of Taxiway "B". RCR working on Unclassified Excavation and Unsuitable Excavation Sta.111+50 — Sta.115+00. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) Density tests taken by Thomas & Assoc. on borrow material. All test results passed. 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Continue earthwork on left side of Taxiway "B". H&H will not be on the site for electrical work. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 04/05/19 Typed or Printed Name and Title I _ 4a Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2014 FAA Form 5370-1 (05/14) Supersedes Previous Edition2 OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 Construction Progress and Inspection Report Period Ending -0 April 12, 2019 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 30 April 12, 2019 2. Brief Weather Summary this Period; including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs. include soil conditions.) • Work not impacted by weather this week. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 10% Earthwork 40% Civil/Asphalt Demo 10% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 5% Base Material Install 0% Asphalt Placement 0% Paint Striping 0% Asphalt Placement 0% Electrical Conduit/wire 15% Drainage/Piping Install 80% Erosion Control 35% 4. Work Completed or In Progress this Period: All borrow material in place and tested. Concrete collars placed for RCP at the point where the pipe enters the inlets/junction boxes. The existing water line and gas line were exposed to evaluate any potential grade conflicts. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) All density testing for borrow material this week passed. 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Fine grade subgrade and verify finish grade elevation. Begin P-209 placement. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) NIA SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 4/12/19 Typed or Printed Name and Title Johney Boles, Senior Construction Observer dd�eebb Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE 4/30/2017 Construction Progress and Inspection Report Q Period Ending - 04/19/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 38 04/19/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • Rain on Wednesday night into Thursday impacted work on Thursday and Friday. Rain = 0.19 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 15% Earthwork 60% Civil/Asphalt Demo 10% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 5% Base Material Install 0% Asphalt Placement 0% Paint Striping 0% Asphalt Placement 0% Electrical Conduit/wire 15% Drainage/Piping Install 100% Erosion Control 40% 4. Work Completed or In Progress this Period: Subgrade trimmed to finish grade. Finish grade elevations verified for this phase. All within tolerance. All Inlets/Junction Box tops have been installed. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Begin P-209 placement and begin cuts for the proposed drainage ditch. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) CenturyTel representative visited the site this week and indicated there is a fiber optic cable within the limits of construction. There were two previous requests to the Arkansas One Call Center for utility locates. The fiber optic cable was never located. A renewal request was made on Wednesday by Benchmark Construction. The Fiber Optic Cable should be located by the end of the week. SPONSOR'S INSPECTOR OR REPRESENTATIVE FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2014 Date Typed or Printed Name and Title 04/19/19 Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (05/14) Supersedes Previous Edition2 OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 i1 Construction Progress and Inspection Report Period Ending [�7 04/26/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 45 04/26/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • Rain this week = 0.92". The rain did not impact the scheduled night work this week. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 15% Earthwork 60% Civil/Asphalt Demo 10% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 50% Asphalt Placement 0% Paint Striping 0% Electrical Conduit/wire 15% Drainage/Piping Install 100% Erosion Control 40% 4. Work Completed or In Progress this Period: Work was completed this week to displace the existing threshold. Temporary threshold lights installed. New markings placed for the threshold, chevrons. Runway edge light reflectors were changed 2000' from the new threshold location. The FAA disconnected power to the Papi's, Odals, and Reils. They were placed back in service following the completion of the work. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) All density testing for the P-209 base passed. 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Trim P-209 Base to the finish grade elevation. Begin asphalt milling for the next phase. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 04/26/19 Typed or Printed Name and Title Oita b Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 Construction Progress and Inspection Report Q Period Ending 05/03/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 90 DAYS 52 1 05/03/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • Heavy rain this week. Rain total for the week = 3.59" 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 15% Earthwork 60% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 50% Asphalt Placement 0% Paint Striping 0% Asphalt Placement 0% Electrical Conduit/wire 15% Drainage/Piping Install 100% Erosion Control 50% 4. Work Completed or In Progress this Period: Pavement removal and milling completed for second phase after displaced threshold. P-209 base trimming completed. Asphalt pre -placement conference held this week. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Saw cut existing asphalt at tie in locations to provide a smooth transition. Begin P-403 placement 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 05/03/19 Typed or Printed Name and Title Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 i1 Construction Progress and Inspection Report Period Ending [Q 05/10/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractors Name BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 90 DAYS 59 1 05/10/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • Rain again this week. Rain= 1.01" 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 25% Earthwork 25% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 65% Asphalt Placement 20% Paint Striping 0% Electrical Conduit/wire 15% Drainage/Piping Install 100% Erosion Control 60% 4. Work Completed or In Progress this Period: Finish grade elevations set for paving operations. P-403 placed on the shoulders from Sta.102+00 — Sta.117+00. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) All P-403 Testing passed. 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Begin unsuitable excavation from Sta.117+00 to the end of the job. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 5/10/19 Typed or Printed Name and Title b4b Johney Boles, Senior Construction Observer Si nature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 Construction Progress and Inspection Report Period Ending -0 05/17/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 59 05/17/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • 1.01" of rain this week. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 25% Earthwork 25% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 65% Asphalt Placement 20% Paint Striping 0% Electrical Conduit/wire 15% Drainage/Piping Install 100% Erosion Control 60% 4. Work Completed or In Progress this Period: No work this week due to utility conflicts. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Resume earthwork if utility conflicts are resolved. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 05/17/19 Typed or Printed Name and Title Johney Boles, Senior Construction Observer d4�NbAa Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE 4/30/2017 Construction Progress and Inspection Report Q Period Ending 05/24/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 73 05/24/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • 0.81" of rain this week. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 25% Earthwork 25% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 65% Asphalt Placement 20% Paint Striping 0% Electrical Conduit/wire 15% Drainage/Piping Install 100% Erosion Control 60% 4. Work Completed or In Progress this Period: No work this week due to utility conflicts. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Resume earthwork if utility conflicts are resolved. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 05/24/19 Typed or Printed Name and Title Johney Boles, Senior Construction Observer Sign FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 i1 Construction Progress and Inspection Report Period Ending [0 05/31/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 80 05/31/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • 1.84" of rain this week. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 50% Earthwork 50% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 65% Asphalt Placement 20% Paint Striping 0% Electrical Conduit/wire 15% Drainage/Piping Install 100% Erosion Control 70% 4. Work Completed or In Progress this Period: Work resumed on Tuesday this week. Crews began lowering the AT&T Fiber and 1200 pair cables. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Complete the utility lines lowering process and unsuitable material from Sta.118+00 to the end of the job. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 05/31/19 Typed or Printed Name and Title Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 FXPIPATInN nATF A/3n/9n17 Construction Progress and Inspection Report Q Period Ending 06/07/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 87 06/07/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • 3.61" of rain this week. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 60% Earthwork 75% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 65% Asphalt Placement 20% Paint Striping 0% Electrical Conduit/wire 15% Drainage/Piping Install 100% Erosion Control 75% 4. Work Completed or In Progress this Period: Crew working on the drainage ditch north of Twy "C" Lt. side. Placing borrow material. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) Testing on borrow material tested this week passed. 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Install concrete duct bank and complete P-152 placement. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 06/07/19dd�e Typed or Printed Name and Title 11111110 Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 Construction Progress and Inspection Report Q Period Ending - 06/14/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 90 DAYS 94 1 06/14/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • 0.17" of rain this week. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 60% Earthwork 95% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 65% Asphalt Placement 20% Paint Striping 0% Electrical Conduit/wire 15% Drainage/Piping Install 100% Erosion Control 80% 4. Work Completed or In Progress this Period: Completed P-152 placement and elevations are within tolerance. Concrete duct bank installed at Sta.119+50. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) N/A 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Begin P-209 placement. Resume electrical installation. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 06/14/19 Typed or Printed Name and Title -I- _ Johney Boles, Senior Construction Observer vp010 Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 FXPIRATinN nATP 4/3non17 j� Construction Progress and Inspection Report Period Ending 06/21/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 90 DAYS 101 06/21 /19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • .29" of rain this week. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 70% Earthwork 95% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 100% Asphalt Placement 20% Paint Striping 0% Electrical Conduit/wire 25% Drainage/Piping Install 100% Erosion Control 85% 4. Work Completed or In Progress this Period: Completed P-209 placement and elevation acceptance. Installing 2" electrical conduits, light can bases and ground rods. 5a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) P-209 testing this week passed. 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Begin P-401 placement and continue electrical work. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 06/21/19 Typed or Printed Name and Title belo Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 Construction Progress and Inspection Report Q Period Ending - 06/28/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 108 06/28/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) • .29" of rain this week. 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 80% Earthwork 95% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 100% Asphalt Placement 100% Paint Striping 0% Electrical Conduit/wire 40% Drainage/Piping Install 100% Erosion Control 85% 4. Work Completed or In Progress this Period: Completed majority of asphalt placement. a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) Asphalt test results expected next week. 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Complete P-401 placement. Continue electrical work. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 06/28/19 Typed or Printed Name and Title I _ �i7 Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 PYPIPATIrIAI r)ATG drill/onI7 Construction Progress and Inspection Report Period Ending -0 07/05/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractors Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: Last working Day Charged (Date): 1 90 DAYS 115 07/05/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 80% Earthwork 95% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 100% Asphalt Placement 100% Paint Striping 0% Electrical Conduit/wire 50% Drainage/Piping Install 100% Erosion Control 85% 4. Work Completed or In Progress this Period: Completed remaining asphalt placement and profilograph testing. a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) Profilo ra h Testing. 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Expect electrical work to continue. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 07/05/19 Typed or Printed Name and Title belo Johney Boles, Senior Construction Observer Sign FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 Construction Progress and Inspection Report Period Ending -0 07/12/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: --]07/12/19 asworking Day Charged (Date) 90 DAYS 122 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 80% Earthwork 95% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 100% Asphalt Placement 100% Paint Striping 20% Electrical Conduit/wire 50% Drainage/Piping Install 100% Erosion Control 85% 4. Work Completed or In Progress this Period: Completed profilograph testing after adjustments were made. Began pavement markings. a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) Profilo ra h Testing. 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Expect electrical and pavement marking work to continue. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 07/12/19 Typed or Printed Name and Title Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE 4/30/2017 Construction Progress and Inspection Report Period Ending [Q 07/19/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: ast working Day Charged (Date): 90 DAYS 129 1 07/19/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 100% Earthwork 99% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 100% Asphalt Placement 100% Paint Striping 50% Electrical Conduit/wire 100% Drainage/Piping Install 100% Erosion Control 100% 4. Work Completed or In Progress this Period: Completed paving backfilling and concrete ditch paving. Continued pavement markings a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) Concrete testing for ditch paving. 5b. Material (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Pavement marking work to continue. Seeding and Sodding. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 07/19/19 Typed or Printed Name and Title I- Aa Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 4/30/2017 Construction Progress and Inspection Report Q Period Ending - 07/26/19 U.S. Department 3-05-0020-046-2018 of Transportation Airport Grant Program Federal Aviation Administration Airport Name: FAYETTVILLE, DRAKE FIELD Project Description: TAXIWAY B WIDENING AND REHABILITATION Contractor's Name: BENCHMARK CONSTRUCTION 1. Contract Time No. Days Charged to Date: ast working Day Charged (Date) 1 90 DAYS 136 07/26/19 2. Brief Weather Summary this Period, including Approximate Rainfall and Periods of Below Freezing Temperature (On earthwork jobs, include soil conditions.) 3. Rough Estimate of Percent Completion to Date of Construction Phases (Include items such as clearing, grading, drainage, base, surface, lighting, etc.) PHASE B Survey 100% Earthwork 100% Civil/Asphalt Demo 100% Electrical Demo 100% Drainage Demo 100% Paint Striping Demo 100% Base Material Install 100% Asphalt Placement 100% Paint Striping 50% Electrical Conduit/wire 100% Drainage/Piping Install 100% Erosion Control 100% 4. Work Completed or In Progress this Period: Completed remaining electrical work items. a. Summary of Laboratory and Field Testing this Period (Note failing tests and any retests. Summarize out -of -tolerance.) None Noted. 5b. Materrial (Identify material subject to pay reduction.) N/A 6. Description of Anticipated Work by Contractor for Next Period: Pavement marking work to continue. Seeding and Sodding. 7. Problem Areas/Other Comments (Include revisions to plans and specifications approved or denied, delays, difficulties, etc. and actions taken.) N/A SPONSOR'S INSPECTOR OR REPRESENTATIVE Date 07/26/19 Typed or Printed Name and Title Johney Boles, Senior Construction Observer Signature: FAA Form 5370-1 (4/15) SUPERCEDES PREVIOUS EDITION 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 185-18 File Number: 2018-0119 TAXIWAY B REHAB GRANT APPLICATIONS: A RESOLUTION TO AUTHORIZE APPLICATIONS FOR TWO FEDERAL AVIATION ADMINISTRATION 90/10 GRANTS FOR COMPLETION OF CONSTRUCTION PHASE SERVICES AND PROJECT CLOSEOUT ASSOCIATED WITH THE TAXIWAY B WIDENING AND REHABILITATION PROJECT IN THE ALTERNATIVE AMOUNTS OF $2,072,169.00 AND $1,652,878.00, AND TO AUTHORIZE MAYOR JORDAN TO EXECUTE THE GRANT AGREEMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to submit applications for two Federal Aviation Administration 90/10 Grants for completion of construction phase services and project closeout associated with the Taxiway B Widening and Rehabilitation Project the alternative amounts of $2,072,169.00, based on the full project cost, and $1,652,878.00, based on the full project cost with deductive alternates, and further authorizes Mayor Jordan to execute the grant agreement when received. PASSED and APPROVED on 8/21/2018 Attest: mgpi Sondra E. Smith, City Clerk Tr rpif RE,gS�;�.,� or 9� =f—• v1�t.E. - �L) YETtE •>= �.��yd;.•RKAN•.Gp��.� GT Page 1 Printed on 8,122118 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 230-18 File Number: 2018-0597 BID #18-43 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID #18-43 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. FOR CONSTRUCTION OF THE TAXIWAY B WIDENING AND REHABILITATION PROJECT, TO APPROVE CHANGE ORDER NO. I TO THE CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. TO REFLECT THE REMOVAL OF THE DEDUCTIVE ALTERNATIVE FROM THE CONTRACT AND REDUCE THE TOTAL CONTRACT COST TO $1,694,292.00, TO AUTHORIZE TASK ORDER NO. I1 WITH GARVER, LLC IN THE AMOUNT OF $147,500.00 FOR CONSTRUCTION ADMINISTRATION, CONSTRUCTION OBSERVATION, MATERIALS TESTING, AND CLOSEOUT SERVICES, AND TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING FEDERAL AVIATION ADMINISTRATION 90/10 GRANT FUNDS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid 418-43 and authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. for construction of the Taxiway B Widening and Rehabilitation Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Change Order No. 1 to the contract with Benchmark Construction of NWA, Inc. to reflect removal of the deductive alternative from the contract and reduce the total contract cost to $1,694,292.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Task Order No. 11 with Garver, LLC in the amount of $147,500.00 for construction administration, construction observation, materials testing, and closeout services for the Taxiway B Page 1 Printed on 11/9118 Resolution: 230-18 File Number. 2018-0597 Widening and Rehabilitation Project. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 11/8/2018 Attest: Sondra E. Smith, City Clerk toM!IJ!'fo OF Q • i '�.�1 •• gRKAN'.• 16uiutn%0\ Paye 2 Printed on 11MIS City of Fayetteville Staff Review Form Arkansas Department of Aeronautics Grant Application 2020-0261 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Summer Fallen 3/18/2020 AIRPORT SERVICES (760) Submitted By Submitted Date Division / Department Action Recommendation: Staff requests approval for the Aviation Division to execute and submit an Arkansas Department of Aeronautics (ADA) grant application in the amount of $183,494.74 for reimbursement of the City's 10% share of a 90-10 Federal Aviation Administration (FAA) grant that was used for construction associated with the Taxiway B Widening and Rehabilitation project at Fayetteville – Drake Field Airport. 5550.760-3960-5801.00 Account Number 31704.2018.1 Budget Impact: Airport Fund Taxiway B Widening & Rehab -Const. Project Number Project Title Budgeted Item? NA Current Budget $ - Funds Obligated Current Balance $u_— Does item have a cost? No Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget V20180321 Purchase Order Number: 2018-00000862 Previous Ordinance or Resolution # 185-18 and 230-18 Change Order Number: Original Contract Number: 2018-00000046 Comments: Approval Date: 3/24/2020 CITY OF �saS FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff FROM: Summer Fallen, Airport Services Manager DATE: March 17, 2020 STAFF MEMO SUBJECT: Taxiway B Widening and Rehabilitation — Arkansas Department of Aeronautics Grant Application RECOMMENDATION: Staff requests approval for the Aviation Division to execute and submit an Arkansas Department of Aeronautics (ADA) grant application in the amount of $183,494.74 for reimbursement of the City's 10% share of a 90-10 Federal Aviation Administration (FAA) grant that was used for construction associated with the Taxiway B Widening and Rehabilitation project at Fayetteville — Drake Field Airport. BACKGROUND: The airport currently has charter flights that operate at the airfield with a Boeing 737-800 and Boeing 757- 200 aircraft. These aircraft cannot taxi from the terminal apron to the Runway 16 threshold without crossing the runway due to current width of Taxiway B north of Taxiway D. In addition, these aircraft cannot taxi to the Runway 34 threshold without utilizing judgmental oversteering to maneuver the final turn on the south end of Taxiway B. In an effort to provide adequate taxiway width to promote safe taxiing operations for the large charter aircraft, the airport included a taxiway widening project in their FAA Capital Improvements Plan (CIP). In addition to the widening of the taxiway, the rehabilitation of pavement adjacent to all taxiway widened as part of the project will also be included. This project was approved at the August 21, 2018 City Council Meeting. DISCUSSION: As approved during the City Council meeting on August 21, the Aviation Division submitted two grant applications to the FAA for the taxiway rehabilitation. Based upon their available funds, the FAA issued the City of Fayetteville a grant offer for $1,652,878.00. The grant offer was executed by the City on September 14, 2018. On November 9, 2018, Council approved the execution of the construction contract with Benchmark Construction of NWA, Inc. Construction on the project was substantial completed on July 31, 2019. Final payment was made to the Contractor on March 13, 2020. With the work associated with the FAA grant complete, a grant application will be submitted to the ADA for the 10% reimbursement of the City's share of the 90-10 FAA grant. A breakdown of the final project funding is included below. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: Taxiwav B Widenina and Rehabilitation — Final Proiect Fundin Administration: $3,750.00 Engineering Services: $14,300.00 FAA: $1,651,448.00 Project Inspection Services: $133,200.00 ADA: $183,494.74 Construction: $1,693,952.74 City: $10,260.00 TOTAL: $1,845,202.74 TOTAL: $1,845,202.74 Attachments: Staff Review Form Staff Memo ADA Grant Application Ii CITY OF FAYETTEVILLE ARKANSAS March 16, 2020 Jerry Chism Arkansas Department of Aeronautics 2315 Crisp Drive Hangar 8 Little Rock, AR 72202 Re: Fayetteville — Drake Field Airport Taxiway B Widening and Rehabilitation (Construction) Application for Airport Aid Dear Mr. Chism: The City of Fayetteville appreciates the continued partnership of the Arkansas Department of Aeronautics in improving Fayetteville- Drake Field. In continuation of this partnership. we are pleased to submit to you this enclosed application for state airport aid. Within the past year, Fayetteville — Drake Field has utilized an FAA AIP grant to complete construction for the widening and rehabilitation of Taxiway B. The project will help improve airport safety by mitigating the number of runway incursions with larger aircraft having to cross Runway 16-34 at the midfield to access the Runway 16 threshold. The widening and rehabilitation of the existing taxiway also allows our larger, charter aircraft to use cockpit -over -centerline steering through the turn to reach the Runway 16 threshold. We respectfully request consideration of this matching grant for the amount of $183,494.74 (10% match of the FAA grant amount) on the upcoming agenda. We greatly appreciate your consideration of this grant. Please call me or Adam White with Garver if you have any questions or comments. Sin4rely, '' Mr. LionelT7ordan Mayor City of Fayetteville Attachments: State Airport Aid Application Form SF -271 Layout Plan Executed Grant Agreement Cc: Adam White, Garver State Airport Aid Application — Page 1 The City/hof Fayetteville , herein called "Sponsor", hereby makes application to the Arkansas Department of Aeronautics for State funds pursuant to Act 733 of 1977, for the purpose of aiding in financing a project for the development of a municipal airport located in the city of Fayetteville Arkansas, Washington county. Date of Request: March 16, 2020 Name of Airport: Fayetteville — Drake Field (FYV) Name and address of City/Gounty Commission sponsoring request: City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Phone Number: 479-575-8330 Fax Number: 479-585-8257 Name and address of Engineering Firm (if applicable): Garver 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 Person to Contact about project: Summer Fallen, Airport Services Manager City of Fayetteville Fayetteville — Drake Field Phone Number: 479-718-7642 Cell Number: Fax Number: 479-718-7646 Contact Person: Adam White Phone/Fax Number: 479-527-9100 Describe the work to be accomplished: The project included the construction for the widening and rehabilitation of Taxiway B. The new taxiway improves airport safety by mitigating the number of runway incursions with larger aircraft having to cross Runway 16-34 at the midfield to access the Runway 16 threshold. The widening and rehabilitation of the existing taxiway allows larger charter aircraft to use cockpit -over -centerline steeringthrough hrough the turn to reach the Runway 16 threshold State and Local Project Costs: Please indicate: Q 50-50% Match Q 80-20% Match Q 90-10% Match Q 100 Total Cost of Project: Local Share/Funds: Local Share/In-Kind: State Share: Federal AIP Projects: AIP Number: N/A Q 95-5% Match * 90-10% Match Total Cost of Project: $1,845,202.74 Federal Share: $1,651,448.00 State Share: $183,494.74 Local Share: 10,260.00 7 -1 -IS State Airport Aid Application — Page 2 Provide the information listed below as it applies to your project: Funding: Source of Funds: FAA (90%) ADA (10%) City(Remainder) Source of In -Kind Services: N/A Estimated starting date of project: August 2018 Estimated completion date of project: March 2020 Project will be for: New Airport Existing Airport Is land to be leased or purchased? N/A Description of land and cost per acre: N/A Provide the Federal AIP Grant Number (if applicable): 3-05-0020-046-2018 State Legislators for your area: State Senator: Gree Ledi State Representative: Deni State Airport Aid Application — Page 3 The sponsor agrees to furnish the Arkansas Department of Aeronautics a copy of the legal instrument affecting use of the property for an airport. In application for a new landing site or expansion of existing facility, the FAA Form 7480-1, Notice of Landing Area Proposal, must be approved by the FAA before review for grant can be made by the State. Applications for hangar construction or renovation funds must include a signed lease agreement. This agreement must be in compliance with all FAA grant assurances. The application must be based on bids and include a calculated return on investment. No land, hangars, or buildings purchased with State Grant funds may be sold or disposed of without State Aeronautics Commission prior approval. All requests for sale or disposal of property will be considered on an individual case basis. No hangar (funded by a grant from the Department of Aeronautics) shall be used for non -aviation purposes without State Aeronautics Commission prior approval. All requests for non -aviation use will be considered on a case-by-case basis. Failure to receive prior approval from A.D.A. concerning land and/or building use could result in the commission requesting grant refund from the Sponsor. Additionally, all hgr/building grant applications must include proof of insurance coverage. No airport accepting State Grant funding may issue an Exclusive Rights lease. All applications for navigational aids (such as NDB or ILS) must have FAA site approval before a state grant can be approved. All Grant applications involving Federal Airport Improvement Program (AIP) funding must be accompanied by the approved FAA grant agreement with grant number assigned. If this project is approved by the Arkansas Department of Aeronautics, and is accepted by the sponsor, it is agreed that all developments and construction shall meet standard FAA construction practices as outlined in the specifications of this agreement. Runways, Taxiways, Parking Ramps, etc. shall have a base and a thickness that will accommodate the weight of aircraft expected to operate at this airport. All cant applicants (City and/or County) are totally responsible for compliance with all Federal, State, County, and City laws, Statutes, Ordinances, Rules, Regulations, and Executive Orders concerning contracts and purchases for which this grant is approved and issued. It is understood and agreed that the sponsor shall start this project immediately upon award of grant. It is also agreed that this project shall be completed within one year from the date of acceptance of this grant by the Arkansas Department of Aeronautics. Applications for extension will be entertained if circumstances beyond the sponsor's control occur. Amendment requests are to be made only under extraordinary circumstances. Funds will be disbursed according to Department procedures and final inspection of completed project (See payment instruction page). Payment of'grant funds are contingent upon the Department's annual appropriation. IN WITNESS WHEREOF, the sponsor has caused this Application for State Airport Aid to be duly executed in its name, this 24th day of March Title 7 -1 -is 7-I-18 CITY OF FAYETTEVILLE FYV TAXIWAY B WIDENING AND REHABILITATION FINAL PROJECT BUDGET TAXIWAY B NORTH ITEM SPEC. ESTIMATED UNIT BID NO. ->-- NO. DESCRIPTION UNIT ---- QUANTITY PRICE AMOUNT 1 GP -105 Mobilization LS 1 $83.070.00 $ 83.070.00 2 SS -120-3.1 Site Preparation LS 1 $147160.00 $ 147.160.00 3 SS -120-3.2 Temporary Haul Road Installation and Removal LS 0 $11 450.00 $ - 4 ! SS -130-4.1 Trench and Excavation Safety Systems LS 1 $1.730.00 $ 1.730.00 5 SS -222-5.1 Haul Road Repair SY 200 $86.13 $ 17.226.00 6 SS -300-5.1 Lockoutliagoul and Constant Current Regulator Calibration LS 1 $40.00 $ 40.00 Procedures 'Existing Base Mounted L-861T(L) LED Taxiway Edge Light 7 SS -301-5.1 and Isolation Transformer. Removed and Stored for EA 57 $41.00 $ 2,337.00 Reinstallation, Base Demolished 8 SS -301-5.2 Existing Base Mounted Guidance Sign, Removed EA 4 $179.00 $ 716.00 9 SS -301-5.3 ,Existing Electrical Conduit, Cleared of Cable LF 3,952 $0.47 $ 1,857.44 10 SS -305-5.1 Directional Boring, 2 -Way 2"C Polyethylene Conduit LF 90 $63.00 $ 5,670.00 Existing Removed L-861T(L) LED Taxiway Edge Light and 11 SS -310-5.1 Transformer, Reinstalled on New Base with New Connector EA 57 $1,089.00 $ 62.073.00 Kits 12 SS -310-52 New Base Mounted L-861T(L) LED Taxiway Edge Light, EA 10 $1,558.00 $ 15,580.00 Installed 13 SS -310 -5.3L -858(L) LED Base Mounted. 2 -Module Guidance Sign, EA 1 $5,480.00 _ $ 5,480.00 ' Installed 14 SS -310-5.4 ;L -858(L) LED Base Mounted. 3 -Module Guidance Sign, EA 3 $3,232.00 $ 9,696.00 Installed 15 55-310-5.5 Temporary Airfield Lighting LS 1 $490.00 $ 490.00 16 P-101-5.1 Pavement Removal SY 2,389 $17.26 $ 41,234.14 17 P-101-5.2 Cold Planing (0-2") SY 1,268.93 $8.60 $ 10,912.80 18 P-152-4.1 Unclassified Excavation CY 2,971 $23.38 $ 69,461.98 19 P-1524.2 Unsuitable Excavation CY 2,387.14 $45.79 ($ 109,307.14 20 P-156-5.1 Temporary Erosion Control LS 1 $8.910.00 � _$ 8.910.00 y 21 P-209-5.1 Crushed Aggregate Base Course (6" Thickness) SY 5,909.96 $12.77 $ 75.470.19 22 P401 -8.1a (Asphalt Hot Mix Surface Course TN 1,991.52 $118.00 $ 234.999.36 23 P401 -8.1b Asphalt Hot Mix Leveling Course TN 270.06 $118.00 $ 31.867.08 24 P403-8.1 Asphalt Hot Mix Base Course TN 1,705.72 $127.92 $ 218.195.70 25 P -620-5.1a Runway and Taxiway Painting (Reflective) SF 31,273 $0.98 $ 30,647.54 26 P520 -5.1b Runway and Taxiway Painting (Non -Reflective) SF 42.299 $0.63 $ 26,648.37 27 P-620-5.2 Pavement Marking Removal SF 28 888 $1.14 $ 32,932.32 28 D -7015.1a 29" x 18" Reinforced Concrete Arch Pipe (Class IV) LF 25 $115.40 $ 2.885.00 29 D -701-5.1b X18" Reinforced Concrete Pipe (Class IV) LF 48 $98.00 $ 4.704.00 30 D-701-5.2 18" Reinforced Concrete Pipe Collar EA 1 $1,731.00 $ 1,731.00 31 D-701-5.3 18" Reinforced Concrete End Section EA 2 $981.00 $ 1,962.00 32 D -751-5.1a 6' x 6' Airfield Grate Inlet/Junction Box EA 2 $6.924.00 $ 13.848.00 33 D -751-5.1b 5.5' x 5.5' Airfield Grate InleUJunction Box EA 4 $6.347.00 $ 25.388.00 34 D -751-5.1c 5' x 5' Airfield Grate Inlet/Junction Box EA 4 $6,058.00 $ 24.232.00 35 D-754-5.1 (Concrete Ditch Paving SY 162 $65.00 $ 10.530.00 36 I T-901-5.1 Seeding AC 2 $2,293.00 $ 4,586.00 37 T-904-5.1 Sodding SY 6,900 $4.17 $ 28.773.00 38 T-905-5.1 Topseiling (4 Thickness) SY 17.800 $4.33 $ 77.074.00 39 L-108-5.1 No. 8 AWG 5 kV L-824, Type C Cable, Installed in Trench. Duct Bank or Conduit LF 5,654 $1.38 $ 7.802.52 _ _ No. 6 AWG. Solid, Bare Counterpoise Wre, Installed in 40 L-108-5.2 iTrench, Above the Duct Bank or Conduit, Including Ground LF 3,468 $1 so $ 6,242.40 Rods and Ground Connectors 41 L-108-5.3 Trenching for Direct-Buried Bare Counterpoise Wire, 8 Minimum Depth LF 3,468 $1.15 $ 3988.20 3,662 42 L-110-5.1 Nan-Encased, Electrical Conduit. 1-Way 2"C LF $13.85 $ 50.718.70 43 L-115-5.1 Concrete Encased Electrical Junction Structure L-867 Class 1, Size 16" Diameter by 24" Deptl- EA $294.00 $ 882.00 3 1 44 SP-C-01a Bonds LS $21,560.00 $ 21.560.00 45 SP-C-01b Insurance LS 1 $10.260.00 $ 10.260.00 46 CO-01.1 Reconciliation of Deductive Alaternative 1 LS 1 $23,778.40 $ 23.778.40 47 -,- CO-02.01 'Duct Bank Repair _ LS 1 $4,170.00 _ $ 4,170.00 1 48 CO-02.02 'Utility Investigations and Line Lowering (T/M/E) LS $67,826.00 $ 67,826.00 49 CO-02.03 Work Suspension for Delay in Utility Investigations LS $29,432.00 $ 29.432.001 1 50 CO-02.04 Duct Extension (Under Pavement) LS 1 $1,145.00 $ 1.145.00 1 51 CO-02.05 Reconaliation of Change Order 02 LS $17,869.72 $ 17,869.72 I �52 CO-03.01 Reconciliation of Change Order 03 LS 1 $2,178.74: $ 2,178.74 ' 53 CO-03.02 Utility Investigations and Line Lowering (T/M/E) LS 1 $6,674.00 ! $ 6.674.00 TOTAL CONSTRUCTION COST $1.693.952.74 PRELIMINARY EXPENSES (INDEPENDENT FEE ESTIMATE( $3.750.00 ARCHITECTURAL ENGINEERING BASIC FEES Part 139 ACM Exhibit Updates $7,300.00 Closeout Services and ALD Update $7,000.00 TOTAL ARCHITECTURAL ENGINEERING BASIC FEES $14,300.00 PROJECT INSPECTION FEES On-Site Construction Observation Services $80,700.00 Construction Administration Services $35,000.00 Construction Materials Testing $17.500.00 TOTAL PROJECT INSPECTION FEES $133.200.00 TOTAL PROJECT COST $1.845.202TM .7 NON-AIP ELIGIBLE ITEMS UNIT EST. ONTY UNIT PRICE AMOUNT 44 SP-C-01b Insurance LS 1 $10,260.00 $10.260.00 TOTAL NON-AIP ELIGIBLE ITEMS $10,260.00 TOTAL PROJECT COST AIP-ELIGIBLE $7,7834-9-4-2,77 'ROJECT FUNDING -ederal Aviation Administration AIR (90%) $1,651,448.0 +rkansas Department of Aeronautics (10%) $183,494.7 .ity of Fayetteville (Remainder) $10.260.0 'OTAL FUNDING $1,845,202.7 OMB Number: 4040-0011 Expiration Date: 01/31/2019 1. TYPE OF REQUEST 2. BASIS OF REQUEST OUTLAY REPORT AND REQUEST FOR ® FINAL ® CASH REIMBURSEMENT FOR ❑ PARTIAL ❑ ACCRUAL CONSTRUCTION PROGRAMS 3. FEDERAL SPONSORING AGENCY AND ORGANIZATIONAL 4. FEDERAL GRANT OR OTHER IDENTIFYING NUMBER ELEMENT TO WHICH THIS REPORT IS SUBMITTED ASSIGNED BY FEDERAL AGENCY FAA AIP 3-05-0020-046-2018 5. PARTIAL PAYMENT REQUEST 6. EMPLOYER IDENTIFICATION 7. FINANCIAL ASSISTANCE NUMBER FOR THIS REQUEST NUMBER IDENTIFICATION NUMBER FINAL 71-6018462 8. PERIOD COVERED BY THIS REQUEST From: C8/O1/2018 To: C3/C1/2C2C 9. RECIPIENT ORGANIZATION Name: CITY OF FAYETTEVILLE Streetl: 45CC S SCHOCL AVENUE Street2: SUITE F City: FAYETTEVILLE County: WASHINGTON State: AR: Arkansas Province: Country: USA: UNITED STATES ZIP / Postal Code: 72701-8016 10. PAYEE (Where check is to be sent if different than item 9) Name: Streetl : Streetl: City: County: State: Province: Country: ZIP / Postal Code: STATUS OF FUNDS CLASSIFICATION PROGRAMS FUNCTIONS ACTIVITIES (a) _ (b) (c) TOTAL a. Administrative expense $ $ $ $ b. Preliminary expense 3,75c.cc 3, , c.cC c. Land, structures, right-of-way d. Architectural engineering basic fees 19,3CC.CC '_9,3CC.CC e. Other architectural engineering fees f. Project inspection fees 13 3, 2 C C. c C 17,2 C C. C C g. Land development h. Relocation expense i. Relocation payments to individuals and businesses j. Demolition and removal k. Construction and project improvement cost 1, 69.,"_` -/4 � 1,693,952.741 I. Equipment m. Miscellaneous cost n. Total cumulative to date (sum of lines a thru m) s45, z°2.74 895, 2cz.74 o. Deductions for program income 1C,260.CC 7,276 .70 0] p. Net cumulative to date (line n minus line o) 834, 942.74 839, 942.74 q. Federal share to date 6 s, 4 4 e. c c 1, 651 , 4 4 8. C C r. Rehabilitation grants (100% reimbursement) s. Total Federal share (sum of lines q and r) 651, 998.00 1, 651, 448. CC t. Federal payments previously requested ,651,498.00 11 651,448. CC u. Amount requested for reimbursement $1 o.°C $ $ $ c.rc v. Percentage of physical completion of project 100.00oda % oda ec.rc 12. CERTIFICATION I certify that to the best of my knowledge and belief the billed costs or disbursements are in accordance with the terms of the project and that the reimbursement represents the Federal share due which has not been previously requested and that an inspection has been performed and all work is in accordance with the terms of the award. UA I E KENUK I SUbMI I I EU 11 0 Last Name: Jordan Suffix: Title: Mayor, City of Fayetteville TELEPHONE (Area code, number, and extension) 979-575-8330 b. REPRESENTATIVE CERTIFYING TO LINE 11V DATE SIGNED 11 3/16/20 TYPED OR PRINTED NAME AND TITLE Prefix: Mr. First Name: FdaT, Middle Name: Last Name: white Suffix: PE Title: iSenior Project Manager TELEPHONE (Area code, number, and extension) 979-287-9635 a t i t1 � � - , �y , j•' - ,.M1 �' . }•iti � y;�w�sxi t rt�i`�D�� �Q�." • i � r y i, �r __. � i 1 .. - t '�Y b -tea _ i r 11 / l I ?< j r =o o W¢W a J. SURVEY CONTROL_ DATA C ITEMS OF WORK k9Eo _. �-.. --- .... 3uT AIE NGTLM E 0.0W NG LLLL1 �< PqM NO NCRf MG [JESGvivtiCN TwOP ,svNvv,vEMENTEpGELG'T pYNrv,GE rvLErS a,vEMErrt M.wwrvG5,n0 p5P0.5E,5 FYVf fitSt0059 t NGS PPCEC SUPYEYCOWRO,gPPOL RIN ,� FW1 6WWtBS t NGS SEGTKKrs -10 fi16CB OE 6®]55.14 1-1. NGS ELEV GC£S NOI ChEC%VERY VELL GN,GE Wt0 Btt6.1a 66glOW NGS B•HIS OF ELEV.TM]N —1 -1-1 G EMSECw CECUCTivE ITEFNIT-1-11, 11 All NOT -11111ITI-THE FCl1CNMNG_ t � ,xiw,rv,vE�nEM EDGE UGMA OPUN,cE INLETS P,vEMEM MNMiNG3 Na)p6PO3E /5 fi .111T corvsTP�GTePGPGSEGe,1E'I111TeM,NG®c N,GE G,�a,+s •0:703 MENT M,Pwrvcs _ _�T_ 1 21L U.S. Department Airports Division of Transportation Southwest Region Federal Aviation Arkansas/Oklahoma Administration SEP 62018 Honorable Lioneld Jordan Mayor of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 Dear Mayor Jordan: FAA ASW -630 10101 Hillwood Parkway Fort Worth, Texas 76177 RECEIVED SEP 7 m8 CITY OF FAYETTEVILLE MAYOR'S OFFICE We are enclosing the original and two copies of the Grant Offer for Airport Improvement Program (AIP) Project No. 3-05-0020-046-2018 at Drake Field in Fayetteville, Arkansas. This letter outlines expectations for success. Please read the conditions and assurances carefully. To properly enter into this agreement, you must do the following: a. The governing body must provide authority to execute the grant to the individual signing the grant; i.e. the sponsor's authorized representative. b. The sponsor's authorized representative must execute the grant, followed by the attorney's certification, no later than September 14, 2018, in order for the grant to be valid. • The date of the attorney's signature must be on or after the date of the sponsor's authorized representative's signature. • All signatures must be made with blue or black ink; Signature stamps will not be accepted. c. You may not make any modification to the text, terms -or conditions of the grant offer. d. After you properly execute the grant agreement: • Return one executed original Grant Agreement to our office via US mail or commercial courier. • Retain one copy of the executed Grant Agreement for your records. e. Because time is now critical for entering the executed grant into the FAA system, we request you send a copy of the signed agreement (pages 1-9) to our office by facsimile or email (pdf document) prior to sending the hardcopy document through U.S. mail or commercial courier. Subject to the requirements in 2 CFR §200.305, each payment request for reimbursement under this grant must be made electronically via the Delphi elnvoicing System. Please see the attached Grant Agreement for more information regarding the use of this System. The terms and conditions of this agreement require you to complete the project without undue delay. We will be monitoring your progress to ensure proper stewardship of these Federal funds. We expect you to submit pavment requests for reimbursement of allowable incurred Droiect exDenscs consistent with proiect progress. Should you fail to make draws on a regular basis, your grant may be placed in "inactive" status, which will affect your ability to receive future grant offers. 2 Until the grant is completed and closed, you are responsible for submitting formal reports as follows: • A signed/dated SF -271, Outlay Report and Request for Reimbursement for Construction Programs, due 90 days after the end of each federal fiscal year in which this grant is open. • A signed/dated SF 425, Federal Financial Report, due 90 days after the end of each federal fiscal year in which this grant is open. • A quarterly performance report at end of each quarter that the grant is open. • Attach an invoice summary with each electronic grant payment request submitted in Delphi eInvoicing. Guidance and examples can be found in the AIP Grant Payment and Sponsor Financial Reporting Policy (htti)://www.faa.gov/airports/aip/p-rant payments/media/AIP-Grant Payment -Sponsor -Financial -Reporting Policypo. As a condition of receiving Federal assistance under this award, you must comply with audit requirements as established under 2 CFR part 200. Subpart F requires non -Federal entities that expend $750,000 or more in Federal awards to conduct a single or program specific audit for that year. Note that this includes Federal expenditures made under other Federal -assistance programs. Please take appropriate and necessary action to assure your organization will comply with applicable audit requirements and standards. Once the project(s) is completed and all costs are determined, we ask that you close the project without delay and submit the necessary final closeout documentation as required by your Region/Airports District Office. Cynthia Diep, (817) 222-5672, is the assigned program manager for this grant and is readily available to assist you and your designated representative with the requirements stated herein. We sincerely value your cooperation in these efforts and look forward to working with you to complete this important project. SincCr l� G enn A. Boles Manager, Arkansas/Oklahoma Airports District Office 3-05-0020-046-2018 r� U.S. Department Transportation Fe ORIGINAL Federal Aviation Administration GRANT AGREEMENT PART I —OFFER Date of Offer SEP 2018 Airport/Planning Area AIP Grant Number DUNS Number TO: City of Fayetteville (herein called the "Sponsor') Drake Field 3-05-0020-046-2018 134398903 FROM: The United States of America(acting through the Federal Aviation Administration, herein called the "FAA") WHEREAS, the Sponsor has submitted to the FAA a Project Application dated August 21, 2018, for a grant of Federal funds for a project at or associated with the Drake Field Airport, which is included as part of this Grant Agreement; and WHEREAS, the FAA has approved a project for the Drake Field Airport (herein called the "Project") consisting of the following: Widen Taxiway which is more fully described in the Project Application. NOW THEREFORE, According to the applicable provisions of the former Federal Aviation Act of 1958, as amended and recodified, 49 U.S.C. § 40101, et seq., and the former Airport and Airway Improvement Act of 1982 (AAIA), as amended and recodified, 49 U.S.C. § 47101, et seq., (herein the AAIA grant statute is referred to as "the Act"), the representations contained in the Project Application, and in consideration of (a) the Sponsor's adoption and ratification of the Grant Assurances dated March 2014,and the Sponsor's acceptance of this Offer; and, (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the Grant Assurances and conditions as herein provided. THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay ninety (90) percent of the allowable costs incurred accomplishing the Project as the United States share of the Project. This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: CONDITIONS Maximum Obligation. The maximum obligation of the United States payable under this Offer is $1,652,878. The following amounts represent a breakdown of the maximum obligation for the purpose of establishing 3-05-0020-046-2018 allowable amounts for any future grant amendment, which may increase the foregoing maximum obligation of the United States under the provisions of 49 U.S.C. § 47108(b): $0 for planning $1,652,878 airport development or noise program implementation; and, $0 for land acquisition. The source of this Grant may include funding from the Small Airport Fund. 2. Period of Performance. The period of performance begins on the date the Sponsor formally accepts this agreement. Unless explicitly stated otherwise in an amendment from the FAA, the end date of the period of performance is 4 years (1,460 calendar days) from the date of formal grant acceptance by the Sponsor. The Sponsor may only charge allowable costs for obligations incurred prior to the end date of the period of performance (2 CFR §200.309). Unless the FAA authorizes a written extension, the sponsor must submit all project closeout documentation and liquidate (pay off) all obligations incurred under this award no later than 90 calendar days after the end date of the period of performance (2 CFR §200.343). The period of performance end date does not relieve or reduce Sponsor obligations and assurances that extend beyond the closeout of a grant agreement. 3. Ineligible or Unallowable Costs. The Sponsor must not include any costs in the project that the FAA has determined to be ineligible or unallowable. 4. Indirect Costs - Sponsor. Sponsor may charge indirect costs under this award by applying the indirect cost rate identified in the project application as accepted by the FAA, to allowable costs for Sponsor direct salaries and wages. 5. Determining the Final Federal Share of Costs. The United States' share of allowable project costs will be made in accordance with the regulations, policies, and procedures of the Secretary. 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. 6. Completing the Project Without Delay and in Conformance with Requirements. The Sponsor must carry out and complete the project without undue delays and in accordance with this agreement, and the regulations, policies, and procedures of the Secretary. Per 2 CFR § 200.308, the Sponsor agrees to report to the FAA any disengagement from performing the project that exceeds three months. The report must include a reason for the project stoppage. The Sponsor also agrees to comply with the assurances which are part of this agreement. 7. Amendments or Withdrawals before Grant Acceptance. The FAA reserves the right to amend or withdraw this offer at any time prior to its acceptance by the Sponsor. 8. Offer Expiration Date. This offer will expire and the United States will not be obligated to pay any part of the costs of the project unless this offer has been accepted by the Sponsor on or before September 14, 2018, or such subsequent date as may be prescribed in writing by the FAA. 9. Improper Use of Federal Funds. The Sponsor must 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 for 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 dispersed by the Sponsor, that were originally paid pursuant to this or any other Federal grant agreement. The Sponsor must obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. The Sponsor must return the recovered Federal share, including funds recovered by settlement, order, or judgment, to the Secretary. The Sponsor must furnish to the Secretary, upon request, all documents and records pertaining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other 3-05-0020-046-2018 final positions of the Sponsor, in court or otherwise, involving the recovery of such Federal share require advance approval by the Secretary. 10. United States Not Liable for Damage or Injury. The United States is not responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement. 11. System for Award Management (SAM) Registration And Universal Identifier. A. Requirement for System for Award Management (SAM): Unless the Sponsor is exempted from this requirement under 2 CFR 25.110, the Sponsor must maintain the currency of its information in the SAM until the Sponsor submits the final financial report required under this grant, or receives the final payment, whichever is later. This requires that the Sponsor review and update the information at least annually after the initial registration and more frequently if required by changes in information or another award term. Additional information about registration procedures may be found at the SAM website (currently at littp://www.sam.gov). B. Data Universal Numbering System: DUNS number means the nine -digit number established and assigned by Dun and Bradstreet, Inc. (D & B) to uniquely identify business entities. A DUNS number may be obtained from D & B by telephone (currently 866-705-5771) or on the web (currently at http://fedgov.dnb.com/webforin) 12. Electronic Grant Payment(s). Unless otherwise directed by the FAA, the Sponsor must make each payment request under this agreement electronically via the Delphi elnvoicing System for Department of Transportation (DOT) Financial Assistance Awardees. 13. Informal Letter Amendment of AIP Projects. If, during the life of the project, the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by $25,000 or five percent (5%), whichever is greater, the FAA can issue a letter amendment to the Sponsor unilaterally reducing the maximum obligation. The FAA can also issue a letter to the Sponsor increasing the maximum obligation if there is an overrun in the total actual eligible and allowable project costs to cover the amount of the overrun provided it will not exceed the statutory limitations for grant amendments. The FAA's authority to increase the maximum obligation does not apply to the "planning" component of condition No. 1. The FAA can also issue an informal letter amendment that modifies the grant description to correct administrative errors or to delete work items if the FAA finds it advantageous and in the best interests of the United States. An informal letter amendment has the same force and effect as a formal grant amendment. 14. Air and Water Quality. The Sponsor is required to comply with all applicable air and water quality standards for all projects in this grant. If the Sponsor fails to comply with this requirement, the FAA may suspend, cancel, or terminate this agreement. 15. Financial Reporting and Payment Requirements. The Sponsor will comply with all federal financial reporting requirements and payment requirements, including submittal of timely and accurate reports. 16. Buy American. Unless otherwise approved in advance 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 which funds are provided under this grant. The Sponsor will include a provision implementing Buy American in every contract. 17. Maximum Obligation Increase For Nonprimary Airports.ln accordance with 49 U.S.C. § 47108(b), as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer: 3 3-05-0020-046-2018 A. May not be increased for a planning project; B. May be increased by not more than 15 percent for development projects,- C. rojects; C. May be increased by not more than 15 percent or by an amount not to exceed 25 percent of the total increase in allowable costs attributable to the acquisition of land or interests in land, whichever is greater, based on current credible appraisals or a court award in a condemnation proceeding. 18. Audits for Public Sponsors. The Sponsor must provide for a Single Audit or program specific audit in accordance with 2 CFR part 200. The Sponsor must submit the audit reporting package to the Federal Audit Clearinghouse on the Federal Audit Clearinghouse's Internet Data Entry System at http://harvester.census.gov/facweb . Provide one copy of the completed audit to the FAA if requested. 19. Suspension or Debarment. When entering into a "covered transaction" as defined by 2 CFR §180.200, the Sponsor must: A. Verify the non-federal entity is eligible to participate in this Federal program by: 1. Checking the excluded parties list system (EPLS) as maintained within the System for Award Management (SAM) to determine if the non-federal entity is excluded or disqualified; or 2. Collecting a certification statement from the non-federal entity attesting they are not excluded or disqualified from participating; or 3. Adding a clause or condition to covered transactions attesting individual or firm are not excluded or disqualified from participating. B. Require prime contractors to comply with 2 CFR §180.330 when entering into lower -tier transactions (e.g. Sub -contracts). C. Immediately disclose to the FAA whenever the Sponsor (1) learns they have entered into a covered transaction with an ineligible entity or (2) suspends or debars a contractor, person, or entity. 20. Ban on Texting While Driving. A. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, the Sponsor is encouraged to: 1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving when performing any work for, or on behalf of, the Federal government, including work relating to a grant or subgrant. 2. Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as: a. Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and b. Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. B. The Sponsor must insert the substance of this clause on banning texting while driving in all subgrants, contracts and subcontracts. 21. AIP Funded Work Included in a PFC Application. Within 90 days of acceptance of this award, Sponsor must submit to the Federal Aviation Administration an amendment to any approved Passenger Facility Charge (PFC) application that contains an approved PFC project also covered under this grant award. The airport sponsor may not make any expenditure under 4 3-05-0020-046-2018 this award until project work addressed under this award is removed from an approved PFC application by amendment. 22. Exhibit "A" Property Map. The Exhibit "A" Property Map dated July 01, 2011, is incorporated herein by reference or is submitted with the project application and made part of this grant agreement. 23. Employee Protection from Reprisal. A. Prohibition of Reprisals— In accordance with 41 U.S.C. § 4712, an employee of a grantee or subgrantee may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing to a person or body described in sub -paragraph (A)(2), information that the employee reasonably believes is evidence of: i. Gross mismanagement of a Federal grant,- ii. rant;ii. Gross waste of Federal funds; iii. An abuse of authority relating to implementation or use of Federal funds; iv. A substantial and specific danger to public health or safety; or V. A violation of law, rule, or regulation related to a Federal grant. 2. Persons and bodies covered: The persons and bodies to which a disclosure by an employee is covered are as follows: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Federal office or employee responsible for oversight of a grant program; V. A court or grand jury; vi. A management office of the grantee or subgrantee; or vii. A Federal or State regulatory enforcement agency. 3. Submission of Complaint —A person who believes that they have been subjected to a reprisal prohibited by paragraph A of this grant term may submit a complaint regarding the reprisal to the Office of Inspector General (OIG) for the U.S. Department of Transportation. 4. Time Limitation for Submittal of a Complaint - A complaint may not be brought under this subsection more than three years after the date on which the alleged reprisal took place. S. Required Actions of the Inspector General — Actions, limitations and exceptions of the Inspector General's office are established under 41 U.S.C. § 4712(b) 6. Assumption of Rights to Civil Remedy - Upon receipt of an explanation of a decision not to conduct or continue an investigation by the Office of Inspector General, the person submitting a complaint assumes the right to a civil remedy under4l U.S.C. § 4712(c). 24. Li htin . The Sponsor must operate and maintain the lighting system during the useful life of the system in accordance with applicable FAA standards. 25. Pavement Maintenance Management Program. The Sponsor agrees that it will implement an effective airport pavement maintenance management program as required by Grant Assurance Pavement Preventive Management. The Sponsor agrees that it will use the program for the useful life of any pavement constructed, reconstructed, or repaired with federal financial assistance at the airport. The Sponsor further agrees that the program will: A. Follow FAA Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements," for specific guidelines and procedures for maintaining airport pavements, establishing an 3-05-0020-046-2018 effective maintenance program, specific types of distress and its probable cause, inspection guidelines, and recommended methods of repair; B. Detail the procedures to be followed to assure that proper pavement maintenance, both preventive and repair, is performed; C. Include a Pavement Inventory, Inspection Schedule, Record Keeping, Information Retrieval, and Reference, meeting the following requirements: 1. Pavement Inventory. The following must be depicted in an appropriate form and level of detail: a. Location of all runways, taxiways, and aprons'- b. prons;b. Dimensions; c. Type of pavement; and, d. Year of construction or most recent major rehabilitation. 2. Inspection Schedule. a. Detailed Inspection. A detailed inspection must be performed at least once a year. If a history of recorded pavement deterioration is available, i.e., Pavement Condition Index (PCI) survey as set forth in the Advisory Circular 150/5380-6, the frequency of inspections may be extended to three years. b. Drive -By Inspection. A drive-by inspection must be performed a minimum of once per month to detect unexpected changes in the pavement condition. For drive-by inspections, the date of inspection and any maintenance performed must be recorded. 3. Record Keeping. Complete information on the findings of all detailed inspections and on the maintenance performed must be recorded and kept on file for a minimum of five years. The type of distress, location, and remedial action, scheduled or performed, must be documented. The minimum information is: a. Inspection date,- b. ate;b. Location; c. Distress types; and d. Maintenance scheduled or performed. 4. Information Retrieval System. The Sponsor must be able to retrieve the information and records produced by the pavement survey to provide a report to the FAA as may be required. 26. Project which Contain Paving Work in Excess of $500,000. The Sponsor agrees to: A. Furnish a construction management program to the FAA prior to the start of construction which details 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 must 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; 6 3-05-0020-046-2018 3. Procedures for determining that the 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)1- 4. 077);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 or tolerances permitted for each type of test; and 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. Submit at completion of the project, a final test and quality assurance report documenting the summary results of all tests performed; highlighting those tests that indicated failure or that did not meet the applicable test standard. The report must include the pay reductions applied and the reasons for accepting any out -of -tolerance material. Submit interim test and quality assurance reports when requested by the FAA. Failure to provide a complete report as described in paragraph b, or failure to perform such tests, will, absent any compelling justification; result in a reduction in Federal participation for costs incurred in connection with construction of the applicable pavement. Such reduction will 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. 27. Small Airport Fund. The source of this grant may include funding from the Small Airport Fund. 3-05-0020-046-2018 The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act, constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERA ON (NIST ATION Glenn A. Boles (Typed Nome) Manager, Arkansas/Oklahoma Airports District Office (Title of FAA Official) 3-05-0020-046-2018 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. I declare under penalty of perjury that the foregoing is true and correct.' Executed this day ofhw= City of,6ayettgville Authorized Official) By: V)X41-leld TOOM (Typed Nome of Sponsor's Authorized Official) Title: ��I/s (Title Authorized Official CERTIFICATE OF SPONSOR'S ATTORNEY I, Nala 1: . �Qyl/tilA 1 0 acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State ofkot&&A:!� Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at L,�tocation) this �f day of � QJ— By: (signature of Sponsor's Attorney) 'Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C. Section 1001 (False Statements) and could subject you to fines, imprisonment, or both. 9 ASSURANCES AIRPORT SPONSORS A. General. 3-05-0020-046-2018 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. 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. c. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become part of this grant agreement. B. Duration and Applicability. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of this 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 assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of 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 this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 25, 30, 32, 33, and 34 in Section C apply to planning projects. The terms, conditions, and assurances of this grant agreement shall remain in full force and effect during the life of the project; there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: 10 March. 2014 3-05-0020-046-2018 FEDERAL LEGISLATION a. Title 49, U.S.C., subtitle VII, as amended. b. Davis -Bacon Act - 40 U.S.C. 276(a), et seq.' C. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seg. d. Hatch Act — 5 U.S.C. 1501, et seg .2 e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, et seg.' 2 f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f).' g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469c.' 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 Act of 1973 - Section 102(a) - 42 U.S.C. 4012a.' I. Title 49, U.S.C., Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of 1973 - 29 U.S.C. 794. n. Title Vlof the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); o. Americans with Disabilities Act of 1990, as amended, (42 U.S.C. § 12101 et seq.), prohibits discrimination on the basis of disability). p. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et_ seq. q. American Indian Religious Freedom Act, P.L. 95-341, as amended. r. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et seq.' S. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373.' t. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seg.' u. Copeland Anti -kickback Act - 18 U.S.C. 874.1 v. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq.' w. Wild and Scenic Rivers Act, P.L. 90-542, as amended. x. Single Audit Act of 1984 - 31 U.S.C. 7501, et seg .2 y. Drug -Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. Z. The Federal Funding Accountability and Transparency Act of 2006, as amended (Pub. L. 109- 282, as amended by section 6202 of Pub. L. 110-252). EXECUTIVE ORDERS a. Executive Order 11246 - Equal Employment Opportunity' b. Executive Order 11990 - Protection of Wetlands c. Executive Order 11998 —Flood Plain Management 11 March, 2014 3-05-0020-046-2018 d. Executive Order 12372 - Intergovernmental Review of Federal Programs e. Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New Building Construction' f. Executive Order 12898 - Environmental Justice FEDERAL REGULATIONS a. 2 CFR Part180 - OMBGuidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement). b. 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. [OMB Circular A-87 Cost Principles Applicable to Grants and Contracts with State and Local Governments, and OMB Circular A-133 - Audits of States, Local Governments, and Non -Profit Organizations].', 1, b c. 2 CFR Part 1200 — Nonprocurement Suspension and Debarment d. 14 CFR Part 13 - Investigative and Enforcement Procedures14 CFR Part 16 - Rules of Practice For Federally Assisted Airport Enforcement Proceedings. e. 14 CFR Part 150 - Airport noise compatibility planning. f. 28 CFR Part 35- Discrimination on the Basis of Disability in State and Local Government Services. g. 28 CFR § 50.3 - U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964. h. 29 CFR Part 1 - Procedures for predetermination of wage rates.' i. 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.' j. 29 CFR Part 5 - Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non -construction contracts subject to the Contract Work Hours and Safety Standards Act).' k. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements).' I. 49 CFR Part 18 - Uniform administrative requirements for grants and cooperative agreements to state and local governments.' m. 49 CFR Part 20 - New restrictions on lobbying. n. 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. o. 49 CFR Part 23 - Participation by Disadvantage Business Enterprise in Airport Concessions. p. 49 CFR Part 24— Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally Assisted Programs.' q. 49 CFR Part 26 — Participation by Disadvantaged Business Enterprises in Department of Transportation Programs. r. 49 CFR Part 27 — Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance.' 12 March, 2014 3-05-0020-046-2018 s. 49 CFR Part 28—Enforcement of Nondiscrimination on the Basis of Handicap in Programs or Activities conducted by the Department of Transportation. t. 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. u. 49 CFR Part 32 —Governmentwide Requirements for Drug -Free Workplace (Financial Assistance) v. 49 CFR Part 37 —Transportation Services for Individuals with Disabilities (ADA). w. 49 CFR Part 41 - Seismic safety of Federal and federally assisted or regulated new building construction. SPECIFIC ASSURANCES Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this grant agreement. FOOTNOTES TO ASSURANCE C.1. 1 These laws do not apply to airport planning sponsors. Z These laws do not apply to private sponsors. 49 CFR Part 18 and 2 CFR Part 200 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. On December 26, 2013 at 78 FR 78590, the Office of Management and Budget (OMB) issued the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards in 2 CFR Part 200. 2 CFR Part 200 replaces and combines the former Uniform Administrative Requirements for Grants (OMB Circular A-102 and Circular A-110 or 2 CFR Part 215 or Circular) as well as the Cost Principles (Circulars A-21 or 2 CFR part 220; Circular A-87 or 2 CFR part 225; and A-122, 2 CFR part 230). Additionally it replaces Circular A-133 guidance on the Single Annual Audit. In accordance with 2 CFR section 200.110, the standards set forth in Part 200 which affect administration of Federal awards issued by Federal agencies become effective once implemented by Federal agencies or when any future amendment to this Part becomes final. Federal agencies, including the Department of Transportation, must implement the policies and procedures applicable to Federal awards by promulgating a regulation to be effective by December 26, 2014 unless different provisions are required by statute or approved by OMB. Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for determining the eligibility of specific types of expenses. Audit requirements established in 2 CFR part 200 subpart F are the guidelines for audits. 2 Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to apply for this grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: 13 March. 2014 3-05-0020-046-2018 It has legal authority to apply for this 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 this grant agreement which it will own or control. 4. Good Title. It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. For noise 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. S. 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 this 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 this 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 this 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. 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. 14 March, 2014 3-05-0020-046-2018 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. 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 this grant agreement and shall insure that such arrangement also requires compliance therewith. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for residential use, to taxi an aircraft between that property and any location on airport. Sponsors of general aviation airports entering into any arrangement that results in permission for the owner of residential real property adjacent to or near the airport must comply with the requirements of Sec. 136 of Public Law 112-95 and the sponsor assurances. 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. 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. Metropolitan Planning Organization. In projects involving the location of an airport, an airport runway, or a major runway extension at a medium or large hub airport, the sponsor has made available to and has provided upon request to the metropolitan planning organization in the area in which the airport is located, if any, a copy 15 March, 2014 3-05-0020-046-2018 of the proposed amendment to the airport layout plan to depict the project and a copy of any airport master plan in which the project is described or depicted. 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. 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 Record Keeping Requirements. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this grant, the total cost of the project in connection with which this 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. 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 this 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 this 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 this 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 this 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 Vietnam era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 16 March, 2014 3-05-0020-046-2018 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 Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval 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 this 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 sponsor's employees to do all or any part of the project. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19. Operation and Maintenance. 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 17 March, 2014 3-05-0020-046-2018 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 non -aeronautical 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 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, to the extent reasonable, including the adoption of zoning laws, 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 the airport available as an airport for public use on reasonable terms and without unjust discrimination to all types, kinds and classes of aeronautical activities, including commercial aeronautical activities offering 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, 18 March, 2014 3-05-0020-046-2018 provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. a.) 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. b.) 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. c.) Each air carrier using such airport (whether as a tenant, non -tenant, 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 non -tenants and signatory carriers and non -signatory 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. d.) 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. e.) 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. f.) 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. g.) 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 19 March, 2014 3-05-0020-046-2018 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. 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. The following exceptions apply to this paragraph: 1) 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 operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other facilities, then this limitation on the use of all revenues generated by the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply. 2) If the Secretary approves the sale of a privately owned airport to a public sponsor and provides funding for any portion of the public sponsor's acquisition of land, this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20 -year period) of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3) Certain revenue derived from or generated by mineral extraction, production, lease, or other means at a general aviation airport (as defined at Section 47102 of title 49 United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec. 813 of Public Law 112-95. a.) 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 20 March, 2014 3-05-0020-046-2018 manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. b.) 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 this 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: 1) all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2) 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, 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. by gross weights of such aircraft) is in excess of five million pounds 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. 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 21 March, 2014 3-05-0020-046-2018 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) hereto;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; 3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon; and 4) all proposed and existing access points used to taxi aircraft across the airport's property boundary. 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. a.) 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 except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary's design standards beyond the control of the airport sponsor. 30. Civil Rights. It will promptly take any measures necessary to ensure that no person in the United States shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in any activity conducted with, or benefiting from, funds received from this grant. a. Using the definitions of activity, facility and program as found and defined in §§ 21.23 (b) and 21.23 (e) of 49 CFR § 21, the sponsor will facilitate all programs, operate all facilities, or conduct all programs in compliance with all non-discrimination requirements imposed by, or pursuant to these assurances. b. Applicability 1) Programs and Activities. If the sponsor has received a grant (or other federal assistance) for any of the sponsor's program or activities, these requirements extend to all of the 22 March, 2014 3-05-0020-046-2018 sponsor's programs and activities. 2) Facilities. Where it receives a grant or other federal financial assistance to construct, expand, renovate, remodel, alter or acquire a facility, or part of a facility, the assurance extends to the entire facility and facilities operated in connection therewith. 3) Real Property. Where the sponsor receives a grant or other Federal financial assistance in the form of, or for the acquisition of real property or an interest in real property, the assurance will extend to rights to space on, over, or under such property. c. Duration. The sponsor agrees that it is obligated to this assurance for the period during which Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide, or is in the form of, personal property, or real property, or interest therein, or structures or improvements thereon, in which case the assurance obligates the sponsor, or any transferee for the longer of the following periods: 1) So long as the airport is used as an airport, or for another purpose involving the provision of similar services or benefits; or 2) So long as the sponsor retains ownership or possession of the property. d. Required Solicitation language. It will include the following notification in all solicitations for bids, Requests For Proposals for work, or material under this grant agreement and in all proposals for agreements, including airport concessions, regardless of funding source: "The (Name of Sponsor), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award." e. Required Contract Provisions. 1) It will insert the non-discrimination contract clauses requiring compliance with the acts and regulations relative to non-discrimination in Federally -assisted programs of the DOT, and incorporating the acts and regulations into the contracts by reference in every contract or agreement subject to the non-discrimination in Federally -assisted programs of the DOT acts and regulations. 2) It will include a list of the pertinent non-discrimination authorities in every contract that is subject to the non-discrimination acts and regulations. 3) It will insert non-discrimination contract clauses as a covenant running with the land, in any deed from the United States effecting or recording a transfer of real property, structures, use, or improvements thereon or interest therein to a sponsor. 4) It will insert non-discrimination contract clauses prohibiting discrimination on the basis of race, color, national origin, creed, sex, age, or handicap as a covenant running with the land, in any future deeds, leases, license, permits, or similar instruments entered into by the sponsor with other parties: a.) For the subsequent transfer of real property acquired or improved under the applicable activity, project, or program; and 23 March, 2014 3-05-0020-046-2018 b.) For the construction or use of, or access to, space on, over, or under real property acquired or improved under the applicable activity, project, or program. It will provide for such methods of administration for the program as are found by the Secretary to give reasonable guarantee that it, other recipients, sub -recipients, sub -grantees, contractors, subcontractors, consultants, transferees, successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the acts, the regulations, and this assurance. g. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the acts, the regulations, and this assurance. 31. Disposal of Land. For land purchased under a grant for airport noise compatibility purposes, including land serving as a noise buffer, 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 be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2) transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order, (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes, the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. 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, (1) upon application to the Secretary, be reinvested or transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) 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 24 March, 2014 3-05-0020-046-2018 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. Disposition of such land under (a) (b) or (c) 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 A 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 AIP projects, dated January 24, 2017 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. a. 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. b. 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. c. 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. 37. Disadvantaged Business Enterprises. The sponsor shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT -assisted contract covered by 49 CFR Part 26, or in the award and performance of any concession activity contract covered by 49 CFR Part 23. In addition, the sponsor shall not discriminate on the basis of race, color, national origin or sex in the administration of its DBE and ACDBE programs or the requirements of 49 CFR Parts 23 and 26. The sponsor shall take all necessary and reasonable steps under 49 CFR Parts 23 and 26 to ensure 25 March. 2014 3-05-0020-046-2018 nondiscrimination in the award and administration of DOT -assisted contracts, and/or concession contracts. The sponsor's DBE and ACDBE programs, as required by 49 CFR Parts 26 and 23, and as approved by DOT, are incorporated by reference in this agreement. Implementation of these programs is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the sponsor of its failure to carry out its approved program, the Department may impose sanctions as provided for under Parts 26 and 23 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1936 (31 U.S.C. 3801). 38. Hangar Construction. If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for the aircraft at the aircraft owner's expense, the airport owner or operator will grant to the aircraft owner for the hangar a long term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose. 39_ Competitive Access. If the airport owner or operator of a medium or large hub airport (as defined in section 47102 of title 49, U.S.C.) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that - 1) Describes the requests; 2) Provides an explanation as to why the requests could not be accommodated; and 3) Provides a time frame within which, if any, the airport will be able to accommodate the requests. Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date. March, 2014 3-05-0020-046-2018 O��pl Ay�q� FAA �1b Airports /o O TA��` Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects Updated: 2/20/2018 View the most current versions of these ACs and any associated changes at: http://www.faa.gov/airports/resources/advisory circular and http://www.faa.gov/regulations policies/advisory circulars/ NUMBER TITLE 70/7460-11 Change 1 Obstruction Marking and Lighting 150/5020-1 Noise Control and Compatibility Planning for Airports 150/5070-6B Changes 1- 2 Airport Master Plans 150/5070-7 Change 1 The Airport System Planning Process 150/5100-138 Development of State Standards for Nonprimary Airports 150/5200-28F Notices to Airmen (NOTAMS) for Airport Operators 150/5200-30D Change 1 Airport Field Condition Assessments and Winter Operations Safety 150/5200-31C Changes 1-2 Airport Emergency Plan 150/5210-5D Painting, Marking, and Lighting of Vehicles Used on an Airport 150/5210-7D Aircraft Rescue and Fire Fighting Communications 150/5210-13C Airport Water Rescue Plans and Equipment 150/5210-14B Aircraft Rescue Fire Fighting Equipment, Tools and Clothing 150/5210-15A Aircraft Rescue and Firefighting Station Building Design 27 FAAAdvisoryCircular Required for Use AIP Funded and PFC Approved Projects Updated: 2/20/2018 NUMBER 150/5210-18A 150/5210-19A 150/5220-10E 150/5220-16E 150/5220-17B 150/5220-18A 150/5220-20A 150/5220-21C 150/5220-228 150/5220-23 150/5220-24 150/5220-25 150/5220-26 Changes 1-2 150/5300-7B 150/5300-13A Change 1 150/5300-14C 150/5300-16A 150/5300-17C Change 1 150/5300-188 Change 1 3-05-0020-046-2018 TITLE --------------- Systems for Interactive Training of Airport Personnel Driver's Enhanced Vision System (DEVS) Guide Specification for Aircraft Rescue and Fire Fighting (ARFF) Vehicles Automated Weather Observing Systems (AWOS) for Non -Federal Applications Aircraft Rescue and Fire Fighting (ARFF) Training Facilities Buildings for Storage and Maintenance of Airport Snow and Ice Control Equipment and Materials Airport Snow and Ice Control Equipment Aircraft Boarding Equipment Engineered Materials Arresting Systems (FMAS) for Aircraft Overruns Frangible Connections Foreign Object Debris Detection Equipment Airport Avian Radar Systems Airport Ground Vehicle Automatic Dependent Surveillance - Broadcast (ADS -B) Out Squitter Equipment FAA Policy on Facility Relocations Occasioned by Airport Improvements of Changes Airport Design Design of Aircraft Deicing Facilities General Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic Control and Submission to the National Geodetic Survey Standards for Using Remote Sensing Technologies in Airport Surveys General Guidance and Specifications for Submission of Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System (GIS) Standards 150/5320-5D I Airport Drainage Design 150/5320-6F I Airport Pavement Design and Evaluation 28 FAA Advisory Circular Required for Use A I P Funded and PFC Approved Projects Updated: 2/20/2018 3-05-0020-046-2018 NUMBER TITLE 150/5320-12C Changes 1-8 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces 150/5320-15A Management of Airport Industrial Waste 150/5235-4B Runway Length Requirements for Airport Design 150/5335-5C Standardized Method of Reporting Airport Pavement Strength - PCN 150/5340-11- Standards for Airport Markings 150/5340-5D Segmented Circle Airport Marker System 150/5340-18F Standards for Airport Sign Systems 150/5340-26C Maintenance of Airport Visual Aid Facilities 150/5340-30J Design and Installation Details for Airport Visual Aids 150/5345-3G Specification for L-821, Panels for the Control of Airport Lighting 150/5345-513 Circuit Selector Switch 150/5345-7F Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-10H Specification for Constant Current Regulators and Regulator Monitors 150/5345-12F Specification for Airport and Heliport Beacons 150/5345-13B Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-26D FAA Specification For L-823 Plug and Receptacle, Cable Connectors 150/5345-27E Specification for Wind Cone Assemblies 150/5345-28G Precision Approach Path Indicator (PAPI) Systems 150/5345-39D Specification for L-853, Runway and Taxiway Retro reflective Markers 150/5345-42H Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories 150/5345-43H Specification for Obstruction Lighting Equipment 150/5345-44K Specification for Runway and Taxiway Signs 150/5345-45C Low -Impact Resistant (LIR) Structures 29 FAA Advisory Circular Required for Use AIP Funded and PFC Approved Projects Updated: 2/20/2018 3-05-0020-046-2018 NUMBER TITLE 150/5345-46E Specification for Runway and Taxiway Light Fixtures 150/5345-47C Specification for Series to Series Isolation Transformers for Airport Lighting Systems 150/5345-49D Specification L-854, Radio Control Equipment 150/5345-50B Specification for Portable Runway and Taxiway Lights 150/5345-518 Specification for Discharge -Type Flashing Light Equipment 150/5345-52A Generic Visual Glideslope Indicators (GVGI) 150/5345-53D Airport Lighting Equipment Certification Program 150/5345-54B Specification for L-884, Power and Control Unit for Land and Hold Short Lighting Systems 150/5345-55A Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure 150/5345-56B Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) 150/5360-12F Airport Signing and Graphics 150/5360-13 Change 1 Planning and Design Guidelines for Airport Terminal Facilities 150/5360-14A Access to Airports By Individuals With Disabilities 150/5370-2G Operational Safety on Airports During Construction 150/5370-10G Standards for Specifying Construction of Airports 150/5370-11B Use of Nondestructive Testing in the Evaluation of Airport Pavements 150/5370-13A Off -Peak Construction of Airport Pavements Using Hot -Mix Asphalt 150/5370-15B Airside Applications for Artificial Turf 150/5370-16 Rapid Construction of Rigid (Portland Cement Concrete) Airfield Pavements 150/5370-17 Airside Use of Heated Pavement Systems 150/5390-2C Heliport Design 150/5395-1A Seaplane Bases 30 FAA Advisory Circular Required for Use AIP Funded and PFC Approved Projects Updated: 2/20/2018 3-05-0020-046-2018 THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY Updated: 2/20/2018 NUMBER TITLE 150/5100-14E Change 1 Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects 150/5100-17 Changes 1 -7 Land Acquisition and Relocation Assistance for Airport Improvement Program Assisted Projects 150/5300-15A Use of Value Engineering for Engineering Design of Airport Grant Projects 150/5320-17A Airfield Pavement Surface Evaluation and Rating Manuals 150/5370-12B Quality Management for Federally Funded Airport Construction Projects 150/5380-6C Guidelines and Procedures for Maintenance of Airport Pavements 150/5380-76 Airport Pavement Management Program 150/5380-9 Guidelines and Procedures for Measuring Airfield Pavement Roughness 31 FAA Advisory Circular Required for Use AIP Funded and PFC Approved Projects Updated: 2/20/2018 QIAB Number: 4040-0004 FxvrrE,.`:cn Date: 1013V2Wct Application for Fedoral Assistance SF -424 1. Type of Submission (,,I Application: It Revision. se ect appropriate PreRpplication New Z Application F] continuation Other (Specify): I' (-hang,-d/Copected Application Revision jj 3 Ge Recebgid, 4. Applicant Ider-lifier rF_Y_V 5a. Federal Entity Identifier- jh Federal Award Identifier: E7 State Use Only, G. Dale Received by State: == 7. Stats Acplicat;o• idenl rier I L 8, APPLICANT INFORMATION a. Legal Name: b. Employer,'Taxpayer Identification Number (EINrnN): C. Organizationa! DUNS: d. Address. Streall Sti City. Countyll"ad--h: State: Province: Country - 'Zip / Postal Code, F_ e. Organisational Unit: Department Name, Division Name: f. Name and contact information of person to be contacted on matters involving this application; Prefix.'First Name. Middle Name: E_ * Last Name: f1,ffrx ---------- Organizational Affil atior Teiephone Number Fax Number Email: Application for Federal Assistance SF -424 9 Type of Applicant 1: Select Applicant Type T Type of Applwanl 2i Seler. Appiicart Typa: Type of Applicant 3: Select Applicant Type: Othor (specify). 10. Name of Federal Agercy: 11. Catalog of Federal Domestic Assistance Number: CFDA T.rfle: ` 12. Funding Opportunity Number. 'Title: 13. Competition Identification Number: r,I it 14. Areas Affected by Project (Cities. Counties, States, etc ): Add Attachment I Note Anacltmen: r if ew Atiacr meat ' 15. Descriptive Title of Applicant's Project: i Attach supporting documents as specified in sge,. •; Instructions. LAM AUSCftfr eft Alla, In-,., . I Application for Federal Assistance SF -424 16. Congressional Districts Of: ' a, Applicant At�lu b. Program/Project nR-Oi1? — Attach an additional list of Program/Project Congressional Districts If needed- -Add Attachm Delete rh Attachment J View Attamen! 17. Proposed Project: a, start Date. 1(,!U1; 2t'•18 b. End Date: ((.0!OI!'>C i 9 i___ 18. Estimated Funding ($): a. Federal i 1 , 552, 0 18. 00 b. Applicant c Slate 0.01 d, Local 0.0M e. Other �. 0 f. Program Income U TOTAL—___._], 946, 752.00 ' 19. Is Application Subject to RevleN By State Under Executive Order 12372 Process? R( a. This application was made available lc the State under the Executive Order 12372 Process for review on 05! J3! T 018 JJ b. Program is subject to E.O. 12:72 but has not been selected by the State for review. Uc, Program is not covered by F_.G. 12372. ' 20. Is the Applicant Delinquent On Any Federal Debt? (if "Yea," provide explanation In attachment.) Yes ®No If "Yes", provide explanation and attach Add Att&ch11ent� Delete Attachment t V;ew Attachment 21. 'By signing this application. I cartify (1) to the statements contained in the list of certifications" and (2) that the statements herein are true, complete and accurate to the best of my knowledge I also provide the required assurances" and agree to comply with any resulting terms if I accept an award. I am aware that ami false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. IU S Code Titie 21 B, Section 1001) M - I AGREE The list of certifications and assurances" or an internet sive where you may obtain this list, !s contained in the announcement or agency specific instructions Authorised Representative. Prefix:yonoroblr_ 'First Nam ld - MAdle Name: �— Last Name: P. ordan "- _-_. Suffix: 'Tide:yor, City of -ayettevi-e •Telephone Number: AT9-575-@79G Fax Number. 79 _5i7 "Email: Forrien�d vett ev4lla ai – -- 'Signature of Aulhor zz representative: • Date Signed �t U.S. Department of Transportation �/ Federal Aviation Administration ONIB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: a/3112019 Application for Federal Assistance (Development and Equipment Projects) PART II — PROJECT APPROVAL INFORMATION Part II - SECTION A The term "Sponsor" refers to the applicant name provided in box 8 of the associated SF -42.4 form. Item 1. Does Sponsor maintain an active registration in the System for Award Management (www.SAM.gov)? ❑X Yes ❑ No Item 2. Can Sponsor commence the work identified in the application in the fiscal year the grant is made or within six months after the grant is made, whichever is later? Q Yes ❑ No ❑ N/A Item 3. Are there any foreseeable events that would delay completion of the project? If yes, ❑ Yes No ❑ N/A provide attachment to this form that lists the events. Item 4. ___ --- ---- Will the project(s) covered by this request have impacts or effects on the environment that require mitigating measures? If yes, attach a summary listing of ❑ Yes Q No ❑ N/A mitigating measures to this application and identify the name and date of the environmental document(s). Item 5. Is the project covered by this request included in an approved Passenger Facility Charge (PFC) application or other Federal assistance program? If yes, please ❑ Yes 0 No ❑ N/A identify other funding sources by checking all applicable boxes. ❑ The project is included in an approved PFC application. If included in an approved PFC application, does the application only address AIP matching share? ❑ Yes ❑ No I ❑ The project is included in another Federal Assistance program. Its CFDA number is below. Item 6. Will the requested Federal assistance include Sponsor indirect costs as described in 2 CFR Appendix VII to Part 200, States and Local Government and Indian Tribe ❑ Yes 0 No ❑ N/A Indirect Cost Proposals? If the request for Federal assistance includes a claim for allowable indirect costs, select the applicable indirect cost rate the Sponsor proposes to apply: ❑ De Minimis rate of 10% as permitted by 2 CFR § 200.414. ❑ Negotiated Rate equal to % as approved by (the Cognizant Agency) on (Date) (2 CFR part 200, appendix VII). Note: Refer to the instructions for limitations of application associated with claiming Sponsor indirect costs. FAA Form 51 OD -100 (3116) SUPERSEDES PREVIOUS EDITION Page 1 of 7 OMB CONTROL NUMBER: 2120.0569 OMB EXPIRATION DATE: 8/31/2019 PART II - SECTION IS Certification Regarding Lobbying The declarations made on this page are under the signature of the authorized representative as identified in box 21 of form SF -424, to which this form is attached. The term "Sponsor" refers to the applicant name provided in box 8 of the associated SF -424 form. The Authorized Representative 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 Sponsor, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an 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 Authorized Representative shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The Authorized Representative shall require that the language of this certification be included in the award documents for all sub -awards 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 than $10,000 and not more than $100,000 for each such failure. FAA Form 5100-100 (3116) SUPERSEDES PREVIOUS EDITION Page 2 of 7 OIVB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 8131/2C19 PART II - SECTION C The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use - The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: The Sponsor has adopted Drake Field Ordinance 2607, which regulates and restricts all land use activities in the vicinity of Fayetteville - Drake Field, Adopted January 20, 1980 and as amended. 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 no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Proiect or carry out the provisions of the Grant Assurances, either by limiting its legal or financial ability or otherwise, except as follows- None 4. 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 True 5. Consideration of Local Interest - It has given fair consideration to the interest of communities In or near where the project may be located. True 6. Consultation with Users - In making a decision to undertake an airport development project under Title 49, United States Code, it has consulted with airport users that will potentially be affected by the project (§ 47105(a)(2)). True 7. Public Hearings - In projects involving the location of an airport, an airport runway or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, anc 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. N/A 8. Air and Water Quality Standards - In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable and 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. N/A FAA Form 5100-100 (3/16) SUPERSEDES PREVIOJS EDITION Page 3 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE. 8/31/2019 PART II — SECTION C (Continued) 9. 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 10. 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 aforementicned property map designated as Exhibit "A". [1] The sponsor holds all property as shown on the most recent update to the airport's master plan and the attached Exhibit A. The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A". [1] N/A (c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction work under the Project, the Following property interest in the following areas of land which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned propertlr map designated as Exhibit "A". [1] N/A State the character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. FAA Form 5100-100 (3/16) SUPERSEDES PREVIOUS EDITION Page 4 of 7 OMB CONTROL NUMBER: 2120-0569 OMB EXPIRATION DATE: 6/31/2019 PART III — BUDGET INFORMATION — CONSTRUCTION ----------- ------ SECTION A— GENERAL 1. Federal Domestic Assistance Catalog Number: 20.106 2. Functional or Other Breakout: 3-05-0020-046-2018 1 SECTION B — CALCULATION OF FEDERAL GRANT Latest Approved Adjustment Total Cost Classification Amount + or (-) Amount Amount (Use only for (Use only for Required revisions)revisions 1. Administration expense _ 2 Preliminary expense I:ndependent Fee Lstitnat:e) 5,000 3. Land, structures, right-of-way 4. Architr?ctural engineering basic fees Ui't e. mid .>au 14,300 5. Other Architectural engineering fees 6. Project inspection fees 133,200 7 Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses W. Demolition and removal 11. Construction and project improvement 1,694,292 12. Equipment 13. Miscellaneous 14. Subtotal (Lines 1 through 13) $ 1,846,792 15. Estimated Income (if applicable) 1,846,792 16. Net Project Amount (Line 14 minus 15) 17. Less: Ineligible Exclusions (Section C, line 23 g.) 10,260 18. Subtotal (Lines 16 through 17) $ 1,836,532 19. Federal Share requested of Line 18 1,652,878 20. Grantee share 21 Other shares 1831654 10,260 22. TOTAL PROJECT (Lines 19, 20 & 21) $ 1,846,792 FAA Form 5100-100 (3116) SUPERSEDES PREVIOUS EDITION Page 5 of 7 OMB CONTROL NUMBER: 2120-0569 OMR EXPIRATI()N nATC aniromio SECTION C — EXCLUSIONS 23. Classification (Description of non -participating work) Amount Ineligible for Participation a, Owners Protective Insurance $ 10,260 b. C. 193,914 d. Bonds e f Total $ 10,260 SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 24. Grantee Share — Fund Categories Amount a. Securities b. Mortgages c. Appropriations (by Applicant) 193,914 d. Bonds e. Tax Levies I. Non -Cash g. Other (Explain): h TOTAL -Grantee share $ 193,914 25. Other Shares Amount a. State b. Other c. TOTAL - Other Shares 26. TOTAL NON-FEDERAL FINANCING $ 193,914 SECTION E — REMARKS (Attach sheets if additional space is required) The sponsor will apply for a state grant at the completion of the project to be reimbursed for 10% of the project costs. FAA Form 5100-100 (3116) SUPERSEDES PREVIOUS EDITION Page 6 of 7 OVIB CONTROL NUMBER, 2120-0569 OMB EXPIRATION DATE: 6/31/2019 PART IV — PROGRAM NARRATIVE (Suggested Format) PROJECT: FYV Taxiway B Widening and Rehabilitation (Construction) AIRPORT: Fayetteville - Drake Field 1. Objective: To increase the safety of taxing operations by charter aircraft at FYV. Currently, large charter aircraft cannot access the Runway 16 threshold without crossing Runway 16-34 at midfield and then using judgmental over -steering along at turns on Taxiway A. Large charter aircraft cannot access the Runway 34 threshold without judgmental over -steering at the south turn on Taxiway B onto Runway 34. To rehabilitate portions of Taxiway B. 2. Benefits Anticipated: A safe and FAA standardized taxi route for larger charter aircraft to both runway ends. 3. Approach: (See approved Scope of Work in Final Application) Fayetteville - Drake Field currently has charter flights that operate out of the airport with Boeing 737-800 and Boeing 757-200 aircraft. These aircraft cannot taxiway from the terminal apron to the Runway 16 threshold without crossing the runway due to Taxiway B's 40 -ft width north of Taxiway D. In addition, these aircraft cannot taxi along taxiway B to the Runway 34 threshold without having to utilize judgmental over -steering to make the final turn at the south end of Taxiway B. This project would complete the following so that charter operations could utilize Taxiway B to taxiway to both ends of Runway 16-34: Widen Taxiway B from Taxiway D to the Runway 16 threshold. Consi:ruct a turn at the north end of Taxiway B that would allow for cockpit -over -centerline steering through the turn. Construct a turn at the south end of Taxiway B that would allow for cockpit -over -centerline steering through the turn. Once complete, the Boeing 737-800 & Boeing 757-200 charter aircraft would be able to access both the Runway 16 & Runway 34 threshold via a single parallel taxiway, eliminating the need to cross the runway. 4. Geographic Location: Taxiway B, Fayetteville - Drake Field 5. If Applicable, Provide Additlonal Information N/A 6. Sponsor's Representative: (include address & telephone number) Summer Fallen, Airport Manager City of Fayetteville Aviation Division, Fayetteville - Drake Field 4500 S School Ave Ste F, Fayetteville, AR 72701 (479)-718-7642 FAA Form 5100-100 (3/16) SUPERSEDES PREVIOUS EDITION Page 7 of 7 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 185-18 File Number: 2018-0419 TAXIWAY B REHAB GRANT APPLICATIONS: A RESOLUTION TO AUTHORIZE APPLICATIONS FOR TWO FEDERAL AVIATION ADMINISTRATION 90/10 GRANTS FOR COMPLETION OF CONSTRUCTION PHASE SERVICES AND PROJECT CLOSEOUT ASSOCIATED WITH THE TAXIWAY B WIDENING AND REHABILITATION PROJECT IN THE ALTERNATIVE AMOUNTS OF $2,072,169.00 AND $1,652,878.00, AND TO AUTHORIZE MAYOR JORDAN TO EXECUTE THE GRANT AGREEMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to submit applications for two Federal Aviation Administration 90/10 Grants for completion of construction phase services and project closeout associated with the Taxiway B Widening and Rehabilitation Project the alternative amounts of $2,072,169.00, based on the full project cost, and $1,652,878.00, based on the full project cost with deductive alternates, and further authorizes Mayor Jordan to execute the grant agreement when received. PASSED and APPROVED on 8/21/2018 Attest: ///J J � !/ C Sondra E. Smith, City Clerk TripiTRE I OF '-.�p'�•S. Page 1 Printed on 8122118 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 230-18 File Number: 2018-0597 BID #18-43 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID #18-43 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. FOR CONSTRUCTION OF THE TAXIWAY B WIDENING AND REHABILITATION PROJECT, TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. TO REFLECT THE REMOVAL OF THE DEDUCTIVE ALTERNATIVE FROM THE CONTRACT AND REDUCE THE TOTAL CONTRACT COST TO $1,694,292.00, TO AUTHORIZE TASK ORDER NO. I1 WITH GARVER, LLC IN THE AMOUNT OF $147,500.00 FOR CONSTRUCTION ADMINISTRATION, CONSTRUCTION OBSERVATION, MATERIALS TESTING, AND CLOSEOUT SERVICES, AND TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING FEDERAL AVIATION ADMINISTRATION 90/10 GRANT FUNDS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #18-43 and authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. for construction of the Taxiway B Widening and Rehabilitation Project at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Change Order No. 1 to the contract with Benchmark Construction of NWA, Inc. to reflect removal of the deductive alternative from the contract and reduce the total contract cost to $1,694,292.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Task Order No. 11 with Garver, LLC in the amount of $147,500.00 for construction administration, construction observation, materials testing, and closeout services for the Taxiway B Paye 1 Printed on 1119118 Resolution: 230-18 File Number. 2018-0597 Widening and Rehabilitation Project. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 11/8/2018 Approved: Attest: ., Lioneld ordau, ayor Sondra E. Smith, City Clerk TWStA1,tl�tF1a,/ •.�. Q ? %�T'•'�RKANC' IN G 10 4181111010 Page 2 Printed on 11/9/18