HomeMy WebLinkAboutAgenda_GTAB_02.12.2016Notice of Meeting for the
Georgetown Transportation Advisory Board and the Governing Body
of the City of Georgetown
February 12, 2016 at 10:00 AM
at GMC Building - 300-1 Industrial Ave., Georgetown, TX 78626
The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA).
If you require assistance in participating at a public meeting due to a disability, as defined under the
ADA, reasonable assistance, adaptations, or accommodations will be provided upon request. Please
contact the City at least four (4) days prior to the scheduled meeting date, at (512) 930-3652 or City
Hall at 113 East 8th Street for additional information; TTY users route through Relay Texas at 711.
Regular Session
(This Regular Session may, at any time, be recessed to convene an Executive Session for any purpose
authorized by the Open Meetings Act, Texas Government Code 551.)
A Call to Order
The Board may, at any time, recess the Regular Session to convene in Executive Session at the
request of the Chair, a Board Member, the City Manager, Assistant City Manager, General
Manager of Utilities, City Council Member, or legal counsel for any purpose authorized by the
Open Meetings Act, Texas Government Code Chapter 551, and are subject to action in the
Regular Session that follows.
B Introduction of Visitors
C Industry/CAMPO/TXDOT Updates
D Discussion regarding the Project Progress Reports and Time Lines. – Bill Dryden, P.E.,
Transportation Engineer, Mark Miller, Transportation Services Manager and Nat Waggoner,
PMP®, Transportation Analyst.
E Discussion regarding the Airport Project Progress Report and time lines. – Russ Volk C.M.,
Airport Manager and Jim Briggs, General Manager for Utilities.
Legislative Regular Agenda
F Review and possible action to approve the minutes from the Regular GTAB Board meeting held
on January 8, 2016. - Jana Kern – GTAB Board Liaison
G Consideration and possible recommendation to award a Construction Contract to Westar
Construction, Inc., of Georgetown, Texas, for the construction of the CDBG – 3rd Street Sidewalk
Improvements Project in the amount of $ $106,154.00. – Bill Dryden, P.E., Transportation
Engineer and Jim Briggs, General Manager of Utilities.
H Consideration and possible recommendation to award a Construction Contract to Jordan Foster
Construction, LLC., of Pflugerville, Texas, for the construction of the Southwest Bypass – Wolf
Ranch Parkway Improvements Project in the amount of $18,322,089.58. – Bill Dryden, P.E.,
Page 1 of 134
Transportation Engineer and Jim Briggs, General Manager of Utilities.
I Consideration and possible recommendation to enter into a Participation Agreement with the
Williamson County Conservation Foundation in conjunction with the Southwest Bypass-Wolf
Ranch Parkway Extension Project in the amount of $317,950.00. – Bill Dryden, P.E.,
Transportation Engineer and Jim Briggs, General Manager of Utilities.
J Consideration and possible recommendation to award a Construction Materials Observation and
Testing Contract to Terracon Consultants, Inc., of Austin, Texas, for materials testing and bridge
construction inspection services for the Southwest Bypass-Wolf Ranch Parkway Extension Project
in the amount of $353,820.00 -- Wesley Wright, P.E., Systems Engineering Director
K Consideration and possible recommendation to award an annual Asphalt patching contract to
Guerra Underground of Austin, Tx. to make asphalt patches on City streets and parking areas on
an as needed basis in an amount not to exceed $275,000.00. – Mark Miller, Transportation
Services Manager and Jim Briggs, General Manager of Utilities
L Consideration and possible recommendation for acceptance of the Airport Project Participation
Agreement for TxDOT CSJ No. 16MPGRGTN, Airport Master Plan Update with a project cost
estimate of $200,000 of which the City cost share is estimated at $20,000. – Russ Volk C.M.,
Airport Manager and Jim Briggs, General Manager of Utilities.
Adjournment
CERTIFICATE OF POSTING
I, Shelley Nowling, City Secretary for the City of Georgetown, Texas, do hereby certify that this
Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general
public at all times, on the ______ day of __________________, 2016, at __________, and remained
so posted for at least 72 continuous hours preceding the scheduled time of said meeting.
____________________________________
Shelley Nowling, City Secretary
Page 2 of 134
City of Georgetown, Texas
Transportation Advisory Board
February 12, 2016
SUBJECT:
Discussion regarding the Project Progress Reports and Time Lines. – Bill Dryden, P.E.,
Transportation Engineer, Mark Miller, Transportation Services Manager and Nat Waggoner,
PMP®, Transportation Analyst.
ITEM SUMMARY:
GTAB Projects
2nd Street (Austin Avenue to College Street)
Austin Avenue Bridge Evaluation and Repairs
CDBG Sidewalk Improvements
- MLK/3rd St (Scenic Dr. to Austin Ave.)
- University Ave. (I 35 to Hart St.)
FM 971 Realignment at Austin Avenue
FM 1460 Improvements Project
Jim Hogg Drive/Road at Williams Drive
Southwest Bypass Project (Leander Road to I 35)
Transportation Services Operations – CIP Maintenance
GTEC Projects Project Status Report
2015 Road Bond Program
Southwest Bypass (Leander Dr./RM 2243 to Wolf Ranch Parkway Extension) and Wolf Ranch
Parkway Extension (SW Bypass to DB Wood Rd.)
FINANCIAL IMPACT:
None
SUBMITTED BY:
Bill Dryden, P.E., Transportation Engineer
ATTACHMENTS:
Description Type
GTAB Project Progress Reports Backup Material
GTEC Project Status Report Backup Material
2015 Road Bond Projects Backup Material
Page 3 of 134
2nd Street
Austin Avenue to College Street
Project No. 1BU TIP None
February 2016
Project Description Design and preparation of plans, specifications and estimates (PS&E) for the
widening and reconstruction of 2nd Street from Austin Avenue to College Street.
Purpose To provide a safer roadway between Austin Avenue and College Street serving the
citizens of the north portion of “Old Town” and VFW baseball fields. The proposed
project provides improved sidewalk for pedestrian activities along the roadway.
Project Manager Mark Miller and Joel Weaver
Engineer KPA, LP
Element Status / Issues
Design Complete
Environmental/
Archeological
Complete
Rights of Way Existing
Utility Relocations Work complete!
Construction As of February 3rd, staff is predicting opening of 2nd St. on Feb. 4th and project
completion by end of February.
Other Issues The VFW park reconstruction was bid on Feb. 2nd. The Parks department is looking
into funding options.
Page 4 of 134
Austin Avenue Improvements Project
(North and South San Gabriel Bridges)
Project No. TBD TIP Project No. N/A
February 2016
Project
Description
Develop 30% plans for improvements along Austin Ave. between 3rd Street and Morrow
Street. The project involves several phases and requires participation and support from
various stakeholders– interested citizens, community businesses, professional
consultants, State and regional transportation partners City Staff and Council.
Schedule Phase Activity Completion
1 Public involvement and alternative analyses, evaluating
alternatives for feasibility and costs, etc. Mid 2016
2 Develop geometric layouts and preliminary construction
estimates for two alternatives Mid 2016
3 Selection of alternative by Council End 2016
4 Develop schematic and 30% plans. Mid 2017
Proj. Mgrs Ed Polasek, AICP; Bill Dryden, P.E.; Nat Waggoner, PMP®
Engineer Aguirre & Fields, LP
Element Status/Issues
Public
Involvement
Public Involvement Plan completed.
Project Email and Website established.
1st Public meeting planned for March 31, 2016.
Meetings with Affected Property Owners (MAPO) planned for week of
February 22-26, 2016.
Design Forensic testing completed.
Surveying Expected to begin in late February.
Environmental Underway- meeting with TxDOT Environmental 2/4/2016
Rights of Way Exist. ROW from N. of 2nd to Morrow; Additional ROW may be required 3rd to
N. of 2nd.
Utility Relocations TBD (future)
Construction TBD
Other Issues DRAFT AFA in house. City of Georgetown needs to coordinate with CAMPO
and TxDOT for possible revision of AFA and STPMM award based on
community decision anticipated in 2017.
Page 5 of 134
CDBG Sidewalk Improvements Project
MLK/3rd Street (Scenic Dr. to Austin Ave.)
Project No. None TIP No. None
February 2016
Project Description Design and preparation of final plans, specifications and estimates (PS&E) for
sidewalk improvements along MLK/ and 3rd streets from Scenic Drive to Austin
Avenue.
Purpose To provide ADA/TDLR compliant sidewalks in the area.
Project Managers Bill Dryden, P.E.
Engineer Steger Bizzell
Element Status / Issues
Design Complete
Environmental/
Archeological
Complete
Rights of Way N/A
Utility Relocations N/A
Construction Bids were opened January 25th; there is an item on today’s agenda to award a
construction contract.
Other Issues None.
Page 6 of 134
CDBG Sidewalk Improvements Project
University Avenue (SH 29) (I 35 to Hart St.)
Project No. None TIP No. None
February 2016
Project Description Design and preparation of final plans, specifications and estimates (PS&E) for
sidewalk improvements along University Avenue (SH 29) from I 35 to Hart Street.
Purpose To provide ADA/TDLR compliant sidewalks in the area.
Project Managers Bill Dryden, P.E.
Engineer Steger Bizzell
Element Status / Issues
Design Design is complete; awaiting TCEQ review and comments.
Environmental/
Archeological
N/A
Rights of Way Existing
Utility Relocations TBD
Construction TBD
Other Issues Engineer is addressing some TCEQ‐raised issues regarding water quality.
Page 7 of 134
FM 971 at Austin Avenue
Realignment Intersection Improvements
Project No. 1BZ TIP No. AG
February 2016
Project Description Design and preparation of final plans, specifications and estimates (PS&E) for the
widening and realignment of FM 971 at Austin Avenue, eastward to Gann Street.
Purpose To provide a new alignment consistent with the alignment of the proposed
Northwest Boulevard Bridge over IH 35; to allow a feasible, alternate route from
the west side of I 35 to Austin Avenue, to Georgetown High School, to San Gabriel
Park and a more direct route to SH 130.
Project Managers Bill Dryden, P.E.
Engineer Klotz Associates, Inc.
Element Status / Issues
Design Preliminary Engineering complete;
Engineer working on 60% design submittal
Environmental/
Archeological
10/2015
Rights of Way Complete
Utility Relocations TBD
Construction 10/2016
Other Issues Meeting scheduled with TxDOT on February 5th to discuss the Advance
Funding Agreement.
Page 8 of 134
FM 1460
Quail Valley Drive to University Drive
Project No. 5RB TIP No. BO & CD
February 2016
Project Description Design and preparation of plans, specifications and estimates (PS&E) for the
widening and reconstruction of FM 1460. Project will include review and update
to existing Schematic, Right‐of‐Way Map and Environmental Document and
completion of the PS&E for the remaining existing roadway.
Purpose To keep the currently approved environmental documents active; purchase ROW,
effect utility relocations/clearance and to provide on‐the‐shelf PS&E for TxDOT
letting not later than August 2013, pending available construction funding.
Project Managers Ed Polasek, AICP and Bill Dryden, P.E.
Engineer Brown and Gay Engineers, Inc.
Element Status / Issues
Design Complete
Environmental/
Archeological
Complete
Rights of Way 1 Remaining parcel of original 36 – pending closing documents.
Utility Relocations Ongoing
Construction TxDOT began charging time to the contractor in November 2015; construction
activities have begun.
Other Issues Engineer preparing Change Orders for construction contract.
Page 9 of 134
Jim Hogg Drive/Road at Williams Drive
Intersection and Signalization Improvements
Project No. 1DE TIP No. None
February 2106
Project Description Design and preparation of final plans, specifications and estimates (PS&E) for the
widening of Jim Hogg at the intersection of Williams Drive, inclusive of installation
of a traffic signal.
Purpose To provide a widened 3‐lane section with signal at the intersection of Jim Hogg and
Williams Drive. The proposed improvements will provide improved access for the
residents and the employees of the new City Service Center to Williams Drive.
Project Manager Bill Dryden, P.E.
Engineer Kimley‐Horn and Associates, Inc.
Element Status / Issues
Design Complete
Environmental/
Archeological
Complete
Rights of Way Existing
Utility Relocations Included with construction project
Construction Construction to begin February 2016.
Other Issues None
Page 10 of 134
Southwest Bypass Project
(RM 2243 to IH 35)
Project No. 1CA Project No. BK
February 2016
Project Description Develop a Design Schematic for the Southwest Bypass from Leander Road (RM
2243) to IH 35 in the ultimate configuration and Construction Plans, Specifications
and Estimate (PS&E) for construction of approximately 1.5 miles of interim 2‐lane
roadway from Leander Road (RM 2243) to its intersection with the existing Inner
Loop underpass at IH 35. The portion from Leander Road to the east property line
of Texas Crushed Stone is a GTAB Project; from the east line to the existing Inner
Loop underpass at IH 35 is being funded by GTEC.
Purpose To extend an interim portion of the SH 29 Bypass, filling in between Leander Road
(RM 2243) to IH 35 Southbound Frontage Road.
Project Manager Williamson County
City Contact: Ed Polasek, AICP and Bill Dryden, P.E.
Engineer HDR, Inc.
Element Status / Issues
Williamson County
Project Status
(from WilCo’s status
report)
A project status meeting with the Commissioner, County staff, HDR, and the GEC
was held on 1/8/16. Project layout alternatives for RM 2243 was received on 10/12/15
and alternative cost estimates were received on 10/26/15. Driveway permits for
driveways at IH 35 SB frontage road and RM 2243 were approved by the City of
Georgetown on 8/7/15. Driveway permits for driveways at IH 35 SB frontage road
and RM 2243 were approved by the City of Georgetown on 8/7/15. Estimated letting
date for driveways is 2/24/16.
Rights of Way Special Commissioners have awarded the value for one of the two remaining
parcels; funding has been posted with the Court.
PUA has been obtained for the final parcel of property; condemnation hearing was
scheduled for the end of September 2015, but has been postponed at the request of
property owner.
Other Issues City and WilCo completing the Interlocal Agreement for the Project.
Page 11 of 134
Transportation Services Operations
CIP Maintenance
February 2016
Project Description 2015‐2016 CIP Maintenance of roadways including, Chip seal, Cutler Overlays,
Fog seal applications and Engineering design of future rehabilitation projects.
Purpose To provide protection and maintain an overall pavement condition index of
85%.
Project Manager Mark Miller
Engineer/Engineers KPA, LP
Task Status / Issues
Chip Seal 2016 work in design phase. Bid phase May 2016. In‐house staff working on
pre‐construction patching and crack sealing.
Fog Seal 2015 – Rejuvenation is continuing as the weather allows. Original schedule
was October 19th to November 7th. The wet weather pattern limits the window
of application time. As of December 2, the work was 30% complete. Work
was postponed in mid‐December for the Christmas holidays. The product is
providing a good coverage and seal. Crews are proceeding as weather allows.
2016 engineering in progress. Staff will start immediately following the 2015
completion.
HIPR/overlay 2016 engineering underway. Bid phase May 2016
Engineering 2016 Work in progress!
Page 12 of 134
Current Capital Improvement Projects TIP
No.
Project
No.
Update On Schedule/
Or Behind
Project
Budget
Project
Cost
Available Current Year
Projected
Current Year
Cost
Current Year
Available
Lakeway Drive Overpass #10 5QL Project Complete.
Complete 2,500,000 2,500,000 0 0 0
Southeast Arterial 1 (Sam Houston Avenue)#12 5QG Project Complete.
Complete 12,995,625 10,478,499 2,517,126 0 0
Wolf Ranch Parkway Extension (SW Bypass to DB
Wood Road)
#14A 5QW Project Complete.
Complete 1,330,000 1,111,233 218,767 283,350 0 283,350
Southwest Bypass (SH29 to RR2243)#14B 5QC Project Complete.
Complete 7,756,432 3,225,132 4,531,300 4,539,107 5,787 4,533,320
Northwest Blvd Overpass #QQ 5QX Engineer is coordinating design with the design for
Rivery Boulevard in moving towards construction
PS&E for both projects to minimize overlap work
between these two projects.
Engineer is developing alternatives for storm
water outfall.
Construction tentatively scheduled to begin mid-FY
2019.
In-process 1,136,178 1,099,076 37,102 571,178 479,588 91,590
NB Frontage Road (SS 158 to Lakeway)#QQ 5QY Staff and Engineer has met with TxDOT personnel
at both the local Area Office and District
Environmental Division.
In-process
Unchanged
613,822 613,822 0 382,822 382,822 0
ROW - 1460 #EEa
#EEb
#EEc
5RB Contractor has begun working on the project;
contract time is beginning to accrue.
Utility relocations - ongoing.
As of October 16th, the City has obtained PUAs or
have closings completed or planned for all the
remaining FM 1460 parcels.
Remaining parcel – pending closing
documents.
Under
Construction
11,788,230 5,348,470 6,439,760 6,727,539 2,315,896 4,411,643
TCS/RR Easement 5RD Project Complete.
Complete 1,500,000 1,503,148 -3,148 0 0
FM 971 / Washam 5RE Project Complete.
Complete 100,000 0 100,000 0 0
Rivery Road 5RF Project Complete.
Complete 779,000 29,000 750,000 750,000 0 750,000
Rivery Boulevard 5RM Engineer is coordinating design with the design for
Northwest Boulevard in
moving towards construction PS&E for both
projects to minimize overlap work
between these two projects.
Engineer is completing appraisals on
remaining 7 parcels.
Offers have been made to the 15 parcel owners
from Park Lane southward to Williams Drive. We
have verbal acceptance on 6 parcels;
paperwork is pending.
Construction tentatively scheduled to begin mid FY
2018.
On Schedule
Snead Drive 5QZ Construction on‐going for the installation of the
sewer line.
Water line extension across Snead Dr. is
completed.
Under
Construction
On Schedule
825,100 87,000 738,100 825,100 87,000 738,100
GTEC PROJECT UPDATE AND STATUS REPORT
February 2016
Project to Date Current Year Budget (13/14)
L:\Global\CIP Budgetary Worksheets\GTEC Status Report\2016\GTEC - Project Status - 2016-01.xlsx Page 1 of 3 2/3/2016Page 13 of 134
Current Capital Improvement Projects TIP
No.
Project
No.
Update On Schedule/
Or Behind
Project
Budget
Project
Cost
Available Current Year
Projected
Current Year
Cost
Current Year
Available
GTEC PROJECT UPDATE AND STATUS REPORT
February 2016
Project to Date Current Year Budget (13/14)
Mays Street Extension 5RI Engineer has submitted 95% plans for review.
Engineer has submitted all ROW documents;
acquisition has begun with the property
owners south of Westinghouse Road.
Project will be bid as ROW is acquired. Project
will take 12 months to complete (tentatively set
for Spring 2017).
Interlocal Agreement (ILA) with Round Rock is
pending final legal review.
In Process 196,000 196,000 0 196,000 196,000 0
IH 35/ Hwy 29 Intersection 5RJ TBD 650,000 0 650,000 650,000 0 650,000
L:\Global\CIP Budgetary Worksheets\GTEC Status Report\2016\GTEC - Project Status - 2016-01.xlsx Page 2 of 3 2/3/2016Page 14 of 134
Current Capital Improvement Projects TIP
No.
Project
No.
Update On Schedule/
Or Behind
Project
Budget
Project
Cost
Available Current Year
Projected
Current Year
Cost
Current Year
Available
GTEC PROJECT UPDATE AND STATUS REPORT
February 2016
Project to Date Current Year Budget (13/14)
Current Economic Development Projects Project
Type
Project
No.
Update On Schedule/
Or Behind
Project
Budget
Project
Cost
Available Current Year
Budget
Current Year
Cost
Current Year
Available
100 S. Austin Ave Eco Devo
Project
5RA In-process 507,000 507,000 0 0
Williams Drive Gateway 5RC Engineer working on schematic design alternatives
and preliminary cost estimates.
On Schedule 65,000 61720 3,280 0 0
Economic Development Projects 1,137,500 1,137,500 1,137,500 0 1,137,500
16,062,596 3,467,093 12,595,503
Project to Date Current Year Budget (13/14)
L:\Global\CIP Budgetary Worksheets\GTEC Status Report\2016\GTEC - Project Status - 2016-01.xlsx Page 3 of 3 2/3/2016Page 15 of 134
2015 Road Bond Program
Southwest Bypass (Leander Rd. to Wolf Ranch Parkway Extension)
Wolf Ranch Parkway Extension (SW Bypass to DB Wood Rd.)
Project No. 1DI OTP Project No. AD & AZ1
February 2016
Project
Description
Construction of Southwest Bypass from Leander Road (RM 2243) to Wolf Ranch
Parkway Extension and Wolf Ranch Parkway Extension from Southwest Bypass to
DB Wood Road.
Project Schedule
Bid Opening January 25th
GTAB for Recommendation February 12th
Council for award February 24th
Notice to Proceed week of March 7th – 11th
Completion of Construction Summer 2018
Purpose To complete a connection from Leander Road (RM 2243) to University Ave. (SH 29)
Project Manager Bill Dryden, P.E.
Engineer HDR, Inc.
Element Status / Issues
Design Complete
Surveying Complete
Environmental Williamson County Regional Habitation Conservation Plan Participation
Agreement with Williamson County Conservation Foundation is a later item on
today’s agenda
Rights of Way ROW acquired.
Utility
Relocations
TBD
Construction Bids opened January 27th.
NTP tentatively scheduled for March 2016.
Other Issues TCEQ approval still pending.
Page 16 of 134
City of Georgetown, Texas
Transportation Advisory Board
February 12, 2016
SUBJECT:
Discussion regarding the Airport Project Progress Report and time lines. – Russ Volk C.M.,
Airport Manager and Jim Briggs, General Manager for Utilities.
ITEM SUMMARY:
Airport Projects:
Fuel Farm Project Update
Airport Master Plan Project Update
FAA Tower Report
Fuel Sales Report
Hangar / Tie-Down Lease Update
2016 Accomplishments and Projects
Airport Monthly Financial Report
Airport Budget Fuel Sales Calculation
Avgas Fuel Price Comparison
Jet A Fuel Price Comparison
FINANCIAL IMPACT:
N/A
SUBMITTED BY:
Russ Volk C.M., Airport Manager
ATTACHMENTS:
Description Type
Fuel Farm Project Update Backup Material
Airport Master Plan Project Update Backup Material
Tower Report Backup Material
Fuel Sales Report Backup Material
Hangar/Tie-Down Report Backup Material
2016 Accomplishments and Goals Backup Material
Dec Airport Financials Backup Material
Budget Fuel Sales Calculations Backup Material
Avgas Price Comparison Backup Material
Jet A Price Comparison Backup Material
Page 17 of 134
Airport Improvements
Project No. 1514GRGTN
Feb 2016
Project Description FY2015 project: Replace Existing Fuel Storage Tanks, Construct Parallel
Taxiway A, Pavement Maintenance
Purpose Improved safety and reliability of airport
Project Manager Russ Volk C.M., Airport Manager
Project Engineer Garver
Notes:
Jan 28 – Transportation Commission approval of $8.3M Grant
Jan 29 – City cost share of $830K wire transferred to TxDOT Aviation
Feb – Review Bid Packet
Page 18 of 134
Mar – Begin Bid Process
Page 19 of 134
Airport Improvements
Project No. 16MPGRGTN
Feb 2016
Project Description FY2016 project: Airport Master Plan Update
Purpose Update to 2005 Airport Master Plan
Project Manager Russ Volk C.M., Airport Manager
Project Estimate $200,000
Project Engineer Unknown
Jan 28 – Transportation Commission approval of $200K Grant
Feb - TxDOT to Begin Process
Late Spring – Committee to Review Consultant Qualifications
• John Pettitt
• Donna Courtney
• Mike Babin
• Jordon Maddox
• Russ Volk
Page 20 of 134
Georgetown Municipal Airport Contract Tower Program Update
For Month of Dec 2015
Project Description Georgetown Tower Monthly Update
Purpose Operations Report
Project Manager Russ Volk C.M., Airport Manager
Operating Statistics
Performance/volumetric
indicators
For the Month of:
Dec 2015
Dec
2014
Y-T-D
Dec
2015
Y-T-D
Variance
Take Offs and
Landings Day*
Night*
VFR 5,780 139 15,343 16,639
1296 7.8%
IFR 491 24 1,823 1,470
<353> <19.4>%
Total Take
Offs/Landings 6,271 163 17,166 18,109
943 5.3%
Total for Month 6,434
* This does not include flyover operations (i.e. handoffs from ABIA approach/departure
control to KGTU tower then onto the next ATC.).
Page 21 of 134
Page 22 of 134
Georgetown Municipal Airport Fuel Sales Update
For Month of Dec 2015
Project Description Georgetown Fuel Sales Update
Purpose Fuel Sales Monthly Report
Project Manager Russ Volk C.M., Airport Manager
Operating Statistics
Performance/volumetric
indicators
Gallons For the Month of:
Dec
Dec 2014
Y-T-D
Dec 2015
Y-T-D
Variance
Type of Fuel 2014 2015
AVGAS 16,769
25,273 60,198 67,030 6832 10%
JET A 32,088
49,318 111,878 119,270 7392 6%
Total Gallons Sold 48,857
74,591 172,076 186,300
14,224 7%
Page 23 of 134
Airport Hangar / Tie-Down Lease Update
Feb 2016
Project Description Hangar / Tie-Down Lease Agreements
Purpose Occupancy Rates
Project Manager Russ Volk C.M., Airport Manager
Unit Stats
Total Hangars – 114
• 100 Percent Occupied
Total Storage Units – 7
• 5 Occupied
• 2 Vacant
Total Tie-Downs – 39 Monthly, 14 for Overnight/Transient Parking
• 100 Percent Occupied
Page 24 of 134
GTU Airport
In-Work Projects
Crack seal Runway 18/36.
Replace door seals on Hangars E, F, and G.
Replace bottom door seals on Hangars H, I, and J.
Develop Airport Preventative Maintenance Program.
Updating Storm Water Pollution Prevention Plan.
Update to Airport Rules and Regulations and Minimum Standards.
Planned Projects
Obtaining Pesticide Application License to allow for airport staff to spray weed killer.
Develop Hangar Routine Maintenance Program.
Evaluate possible software solutions for a technology based Pavement Management Program.
Evaluate possible software solutions for a technology based Airport Self Inspection Program.
Install aviation radio in Kubota.
Upgrade electrical service to Hangars H, I, and J.
Repairs to terminal ramp to reduce FOD issues.
Upgrade to bi-fold doors drive motors on Hangars BB and CC.
Developing lease agreement for storage locations.
Page 25 of 134
Accomplishments 2016
Resealed windows in first four floors of Control Tower
Resealed two windows in Terminal Conference Room
Accomplished annual maintenance on windsock
Painted main entry hallway in Terminal
Painted main lobby in Terminal
Painted conference room in Terminal
Replace gate rollers on south electronic gate.
Facility Inspection of Gantt Hangars
Page 26 of 134
Georgetown Municipal Airport Income Statement
12/31/2015
FY2016
Budget
Beginning Fund Balance 748,167$ [A] 792,318$ 44,151$ 82,210$ 710,108$
Operating Revenues
Fuel Sales 2,875,000 507,359 17.65% 595,827 ‐14.85%
Lease & Rentals 684,400 170,064 24.85% 140,846 20.75%
Interest & Other 41,550 586 1.41% 1,202 ‐51.21%
Total Operating Revenue 3,600,950 678,010 18.83% 737,875 ‐8.11%
Operating Expenses
Personnel 321,471 72,761 22.63% 65,224 11.56%
Operations ‐ Fuel 2,448,882 380,154 15.52% 529,164 ‐28.16%
Operations ‐ Non Fuel 659,759 309,866 46.97% 379,291 ‐18.30%
Capital 20,000 ‐ 0.00%‐ 0.00%
Total Operating Expenses 3,450,112 762,781 22.11% 973,678 ‐21.66%
Policy Compliance (Rev. ‐ Exp.) 150,838 (84,771) (235,804)
Nonoperating
Nonoperating Revenues 25,000 10,855 43.42%‐ 100.00%
Nonoperating Expenses 938,157 7,705 0.82% 59 99.23%
Ending Fund Balance (14,152) 710,697 (153,653)
Reservations
Restricted Bond Proceeds ‐ (852,876) ‐
Available Fund Balance (14,152)$ (142,179)$ (153,653)$
Notes: A) Preliminary beginning fund balance. B) The Electric Fund is covering the contingency requirements for Airport to meet City‐
wide contingency reserves per policy. Airport reserve was decreased to 45 days effective October 1, 2014.
FY2016
YTD Actual
Variance
to Budget
FY2015
YTD Actual
FY2015
Variance
Page 27 of 134
Airport Budget Fuel Sales Calculations
For Months of Oct - Dec
Project Description Budget Fuel Sales Calculations
Purpose Fuel Sales Comparison
Project Manager Russ Volk C.M., Airport Manager
Total Gallons Sold
Oct - Dec 2014
Oct - Dec 2015
2015/16
Budget
Calculation
172,076
186,300
157,500
Page 28 of 134
Page 29 of 134
Page 30 of 134
Page 31 of 134
Page 32 of 134
City of Georgetown, Texas
Transportation Advisory Board
February 12, 2016
SUBJECT:
Review and possible action to approve the minutes from the Regular GTAB Board meeting held
on January 8, 2016. - Jana Kern – GTAB Board Liaison
ITEM SUMMARY:
Board to review and revise and/or approve the minutes from the regular meeting held on
January 8, 2016.
FINANCIAL IMPACT:
n/a
SUBMITTED BY:
Jana Kern
ATTACHMENTS:
Description Type
Draft Minutes Backup Material
Page 33 of 134
Minutes for the Meeting of the
Georgetown Transportation Advisory Board and the
Governing Body of the City of Georgetown, Texas
January 08, 2016
The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If
you require assistance in participation at a public meeting due to a disability, as defined under the ADA,
reasonable assistance, adaptations, or accommodations will be provided upon request. Please contact the
City at least four (4) days prior to the scheduled meeting date, at (512)930-3652 or City Hall at 113 East 8th
Street for additional information: TTY users route through Relay Texas at 711.
Board Members: Truman Hunt – Chair, John Pettitt – Vice Chair, Ray Armour - Secretary, John Hesser,
Chris H’Luz, Scott Rankin, Steve Johnston, Donna Courtney
Board Members Absent: Steve Johnston, Rachel Jonrowe,
Staff Present: Jim Briggs, Jana Kern, Bill Dryden, Nat Waggoner, Mark Miller, Russ Volk, Lisa Haines,
Wes Wright, Mike Babin
Others Present: John Milford, Carl Norris, Dennis Hegebarth - ACC, Keith Peshak - Citizen, Tom
Crawford – GTEC, Trae Sutton – KPA Engineers, Steven Widacki – M&S Engineering, Ken Mabe – Tx
Aviation partners/GTU Jet
Regular Session
A. Call to Order: Mr. Truman Hunt called the regular GTAB Board Meeting to order on Friday,
January 08, 2016 at 10:00 AM
Georgetown Transportation Advisory Board may, at any time, recess the Regular Session to
convene an Executive Session at the request of the Chair, a Board Member, The City Manager,
Assistant City Manager, General Manager of Utilities, City Council Member, or legal counsel for
any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551, and
are subject to action in the Regular Session that follows.
B. Introduction of Visitors
C. Industry/CAMPO/TxDOT Updates: TxDOT has appointed a new District Engineer.
D. Discussion regarding the Project Progress Reports and Time Lines – Bill Dryden, P. E.,
Transportation Engineer, Mark Miller, Transportation Services Manager and Edward G. Polasek,
AICP, Transportation Services Director.
E. Discussion regarding the Airport Project Progress Report and Time Lines. – Russ Volk, C.M.,
Airport Manager and Edward G. Polasek, AICP, Transportation Services Director.
Person/s signed up to speak: Keith Peshak and John Milford – see Mr. Milford’s presentation at
the end of these minutes.
Legislative Regular Agenda
The Board will individually consider and possibly take action on any or all of the following items:
F. Review and possible action to approve the minutes from the Regular GTAB Board meeting
held on December 10, 2015 – Jana Kern
Motion by Pettitt second by Courtney to approve minutes as prepared. Approved unanimously
7-2 (Johnston and Jonrowe absent)
Page 34 of 134
G. Consideration and possible recommendation to approve a task order KPA 16 -003 with KPA of
Georgetown, Texas, for the 2015-2016 CIP Street Maintenance and Rehabilitation Project in the
amount of $186,730.00 – Mark Miller, Transportation Services Manager, Bill Dryden, P.E.,
Transportation Engineer and Edward G. Polasek, AICP, Transportation Services Director.
Miller reviewed the roads that will be involved with this task order. Motion by Pettitt second by
Hesser to approve Task Order KPA 16-003 in the amount of $186,730.00. Approved unanimously
7-2 (Johnston and Jonrowe absent)
Adjournment
Motion by Armour second by Hesser to adjourn meeting. Approved unanimously 7-2
(Johnston and Jonrowe absent). Meeting adjourned at 10:54 AM
Approved: Attested:
_______________________ ______________________
Truman Hunt - Chair Ray Armour – Secretary
_________________________________
Jana R. Kern – GTAB Board Liaison
Page 35 of 134
GTAB STATEMENT
JANUARY 08, 2016
AGENDA ITEM “E”
AIRPORT PROJECT PROGRESS REPORT AND TIME LINES
Good morning Mr. Chairman, members of the GTAB board, city staff and ladies and gentlemen.
My name is John Milford I am a member of the Airport Concerned Citizens (ACC).
This is the 49th presentation by ACC members to the city council and/or the GTAB since January
14, 2014. These actions are in pursuit of the public participation rights of our citizens regarding
use of our federal tax funds for the expansion of aviation operations Georgetown Municipal
Airport.
This morning our attention is focused on the proposed Fuel Farm and the 24 other project
elements of the proposed federal funded GTU 2015 Capital Improvement Program (CIP). This is
identified in the exhibit on page 517 of the Fuel Farm Final Environmental Assessment (FEA)
dated November 12, 2015.
The FEA now identifies this proposed federal funded GTU grant Program as 1514GRGTN. It is
our understanding that the city and TxDOT propose to enter into a federal grant agreement early
this year for funding not only the proposed “Relocate/replace fuel farm” as it is now described,
but, for the entire 25 components 1514GRGTN Program.
The ACC strongly opposes this proposed grant agreement and will oppose it's execution to
Federal authorities. But, our focus this morning is on the total lack of public vetting by proper
GTAB and City Council reviews and approval for this entire development Program. We have
addressed our concerns on this Program in the past before this board. We have requested staff
presentations and open workshops for public participation for full understanding and vetting of
this Program and other past federal funded actions.
As an aid in understanding of our presentation this morning, please note the two attachments to
your copies of this statement. Both attachments include construction of the fuel farm. One is the
October 12, 2012 copy of the GTU 2015 CIP as it appeared on the 2012 TxDOT AVN Aviation
Capital Improvement Program (ACIP) which denotes TxDOT acceptance of the city's request
that it be included for federal grant consideration. Note the Program at that time consisted of
nine (9) project-elements and an estimated cost of $5,738,000.
This is the Program that originated and was selected by the city out of the 2005 GTU Master
Plan by GR-Willis, Inc. That is the current master plan that had as its purpose and objectives the
identification of projects necessary for service and accommodation of the expanded forecast air
fleets and operations for the 20 year period 2004 to 2024.
Now note the other GTU 2015 CIP dated May 12, 2015 consisting of 25 project-elements and a
cost of $8,252,640. When the cost for this Program is adjusted for inclusion of engineering
project management and other federal grant eligible costs the total will exceed $10 Million. The
city's share of this Program will exceed $1Million of added debt to the Airport Fund. This
second, May 12, 2015 version, is the current Program the city and TxDOT now seek to
implement with a grant agreement.
The ACC has requested in the past and is requesting again for a staff presentation or an open
public participation workshop to address and answer the following questions.
Page 36 of 134
1. On whose official city Sponsor approval authority and by what process did TxDOT AVN
expand the original GTU 2015 CIP and obligate the Georgetown general public to these 16
added projects and the public share of the approximate increase of $4.3 Million for the
1514GRGTN Program?
2. When and by what agenda item and approvals did the GTAB recommend these increases to
the City Council?
3. What projection forecasts and engineering design criteria formed the basis for selection of
these 16 added projects for inclusion in the Airport Layout Plan?
4. Regarding the removal and relocation of the fuel farm project, by what engineering projection
was the increase in total stored fuel capacity for the new facilities determined to be 13,000 added
gallons for a new total of 35,000 total gallons? Why 13,000? Why not double the current
capacity? Why not some other value? Why not retain the existing capacity which has been
shown capable of service to the existing air fleet?
Please note that the GTU is a documented significant public health and safety hazard as it
already exists, that there is significant public opposition to any projects to maintain and/or
expanded operations at the airport, and that we demand that an Environmental Impact Statement
consistent with NEPA and FAA regulations be prepared before any federal and/or local
financing such projects is approved.
Mr. Chairman, we respectfully request the board's immediate action to formally address these
concerns if not this morning then no later than the February board meeting. I look forward to
any questions or comments from the board.
Page 37 of 134
Page 38 of 134
PROJECT
No.DATE:
PROJECT NAME: 9AW 1/29/2016
Division/Department: Director Approval JCB 2/1/16
Prepared By:Finance Approval
TOTAL ANNUAL BUDGET 106,154.00
(Current year only)
Actual Cost Agenda Total Spent
Encumbrance Item & Encumbered % Annual
(A) before agenda item (B)(A + B) Budget
Consulting (SBE-14-005)*29,500.00 29,500.00 28%
Right of Way 0.00 0%
Construction 106,154.00 106,154.00 100%
Other Costs 0.00 0%
Total Current Year Costs 29,500.00 106,154.00 135,654.00
Approved Construction
GENERAL LEDGER ACCOUNT NUMBER CY Budget Allocation
215-9-0880-90-008 95,620.00 95,620.00
100-5-0846-52-801 11,000.00 10,534.00
Total Budget 106,620.00 106,154.00
TOTAL PROJECT BUDGET 106,620.00
(includes all previous yrs.)
Prior Years Current Year Total Project % Total
Spent/Encumbered Costs Costs Budget
Consulting 0.00 0.00 0.00 0%
Right of Way 0.00 0.00 0.00 0%
Construction 0.00 106,154.00 106,154.00 100%
Other Costs 0.00 0.00 0.00 0%
Total Project Costs 0.00 106,154.00 106,154.00
Bill Dryden, Transportation Engineer
Transportation Services
CDBG - Budgetary and Financial Analysis Worksheet
Comments: CDBG Grant being supplemented by Streets - Sidewalk Repair Budget
2013 - 2104 CDBG Sidewalk Imp. Proj.
MLK/3rd St
Sidewalk Repairs
CONSTRUCTION
MLK to 3rd Street
Page 39 of 134
Page 40 of 134
Page 41 of 134
Page 42 of 134
City of Georgetown, Texas
Transportation Advisory Board
February 12, 2016
SUBJECT:
Consideration and possible recommendation to award a Construction Contract to Jordan Foster
Construction, LLC., of Pflugerville, Texas, for the construction of the Southwest Bypass – Wolf
Ranch Parkway Improvements Project in the amount of $18,322,089.58. – Bill Dryden, P.E.,
Transportation Engineer and Jim Briggs, General Manager of Utilities.
ITEM SUMMARY:
In May 2015, voters approved the 2015 Road Bond Program (“the Program”) in the amount of
$105M. The first project approved by Council for the Program was the combined construction of
the Southwest Bypass from Leander Road to Wolf Ranch Parkway Extension and Wolf Ranch
Parkway Extension from Southwest Bypass to DB Wood Road. The City engaged the firm HDR,
Inc., to provide professional services to develop Plans Specifications and Estimate for this project.
The City received sealed bids for this work on Wednesday, January 27, 2016. Eight bids were
received, with Jordan Foster Construction, LLC., of Pflugerville, Texas, submitting the apparent
low bid in the amounts of a Base bid of $18,185,022.83; Alternate No. 1 bid of $ 122,465.15 and
Alternate No. 2 bid of $14,601.60 for a total amount of $18,322,089.58.
The Program budget for these two projects was a combined amount of $20.5M, exclusive of water
line improvements. The Engineer’s Estimates were $23,848,313.95 for the roadway and bridge
improvements and $1,786,916.00 for the water line improvements for a combined total of
$23,635,229.95. Bid prices for these are $17,319,679.58 for the roadway and bridge improvements
and $1,002,410.00 for the water line improvements for a total construction contract of
$18,322,089.58. The construction contract represents a bid for the Program project approximately
15.5% below budget.
HDR has evaluated all the bids for accuracy and compliance with the bid documents, checked
Bidder’s references and has determined Jordan Foster’s bid to be the lowest and most responsive
bid. HDR recommends that the City of Georgetown accept the bid from Jordan Foster
Construction, LLC., of Pflugerville, Texas, for construction of the Southwest Bypass – Wolf
Ranch Parkway Extension Improvements Project in the amount of $18,322,089.58.
STAFF RECOMMENDATION:
Staff concurs with HDR and recommends award of the Construction Contract to Construction
Contract to Jordan Foster Construction, LLC., of Pflugerville, Texas, for construction of the
Southwest Bypass – Wolf Ranch Parkway Extension Improvements Project in the amount of
$18,322,089.58.
FINANCIAL IMPACT:
The Project Budgetary Worksheet is attached.
SUBMITTED BY:
Bill Dryden, P.E., Transportation Engineer
Page 43 of 134
ATTACHMENTS:
Description Type
Project Budgetary Worksheet Backup Material
Engineer’s Letter of Recommendation w/Bid Tabulation Backup Material
Page 44 of 134
PROJECT
No.
PROJECT NAME: 1DI & 2CM DATE:
2/1/2016
Division/Department:Director Approval
Prepared By:Finance Approval La'Ke 2/2/16
TOTAL ANNUAL BUDGET 21,100,000.00
(Current year only)
Actual Cost Agenda Total Spent
Encumbrance Item & Encumbered % Annual
(A) before agenda item (B)(A + B) Budget
Consulting 757,500.00 757,500.00 4%
Right of Way 0.00 0%
Construction 18,322,089.58 18,322,089.58 87%
Other Costs 0.00 0%
Total Current Year Costs 757,500.00 18,322,089.58 19,079,589.58
Available Construction
GENERAL LEDGER ACCOUNT NUMBER Budget Allocation
120-9-0880-90-091 20,000,000.00 17,319,679.58 1DI
660-9-0580-90-165 Water - SW Bypass 1,100,000.00 1,002,410.00 2CM
Total Budget 21,100,000.00 18,322,089.58
TOTAL PROJECT BUDGET 21,100,000.00
(includes all previous yrs)
Prior Years Current Year Total Project % Total
Spent/Encumbered Costs Costs Budget
Consulting 757,500.00 0.00 757,500.00 4%
Right of Way 0.00 0.00 0.00 0%
Construction 0.00 18,322,089.58 18,322,089.58 87%
Other Costs 0.00 0.00 0.00 0%
Total Project Costs 757,500.00 18,322,089.58 19,079,589.58
Transportation Services
Budgetary and Financial Analysis Worksheet
Comments: 2015 Road Bond Project; "Cash funded" with a future Bond Sales reimbursement.
SW Bypass/Wolf Ranch
Bill Dryden, Transportation Engineer
SW Bypass/Wolf Ranch Prkwy
Construction
Page 45 of 134
Page 46 of 134
Page 47 of 134
SW BYPASS & WOLF RANCH PARKWAY
January 27, 2016
Engineer's Estimate 1. Jordan Foster 2. Chasco 3. JD Abrams 4. Austin Br & Rd
ITEM DESCRIPTION UNIT QTY Unit $$Unit $$Unit $$Unit $$Unit $$
Bid Tabulations
442 6007 STR STEEL (MISC NON - BRIDGE) LB 115,092 7.00$ 805,644.00$ 4.25$ 489,141.00$ $3.40 $391,312.80 $4.00 $460,368.00 $3.50 $402,822.00
450 6023 RAIL (TY SSTR) LF 5,146 48.79$ 251,073.34$ 52.00$ 267,592.00$ $55.00 $283,030.00 $41.00 $210,986.00 $53.00 $272,738.00
450 6052 RAIL (HANDRAIL) (TY F) LF 1,147 112.04$ 128,509.88$ 75.00$ 86,025.00$ $76.00 $87,172.00 $86.00 $98,642.00 $70.00 $80,290.00
454 6001 SEALED EXPANSION JOINT (4 IN) (SEJ - A) LF 723 87.92$ 63,566.16$ 80.00$ 57,840.00$ $73.00 $52,779.00 $92.00 $66,516.00 $125.00 $90,375.00
462 6008 CONC BOX CULV (5 FT X 4 FT) LF 373 350.00$ 130,550.00$ 260.00$ 96,980.00$ $295.00 $110,035.00 $320.00 $119,360.00 $280.00 $104,440.00
462 6012 CONC BOX CULV (6 FT X 5 FT) LF 142 500.00$ 71,000.00$ 330.00$ 46,860.00$ $390.00 $55,380.00 $410.00 $58,220.00 $385.00 $54,670.00
462 6029 CONC BOX CULV (10 FT X 5 FT) LF 115 650.00$ 74,750.00$ 815.00$ 93,725.00$ $662.00 $76,130.00 $650.00 $74,750.00 $715.00 $82,225.00
464 6003 RC PIPE (CL III)(18 IN) LF 93 65.00$ 6,045.00$ 125.00$ 11,625.00$ $65.00 $6,045.00 $130.00 $12,090.00 $65.00 $6,045.00
464 6005 RC PIPE (CL III)(24 IN) LF 144 75.00$ 10,800.00$ 100.00$ 14,400.00$ $68.00 $9,792.00 $140.00 $20,160.00 $75.00 $10,800.00
464 6007 RC PIPE (CL III)(30 IN) LF 129 100.00$ 12,900.00$ 92.00$ 11,868.00$ $80.00 $10,320.00 $150.00 $19,350.00 $95.00 $12,255.00
464 6008 RC PIPE (CL III)(36 IN) LF 151 125.00$ 18,875.00$ 135.00$ 20,385.00$ $121.00 $18,271.00 $160.00 $24,160.00 $115.00 $17,365.00
464 6016 RC PIPE (CL IV) (12 IN) LF 29 125.00$ 3,625.00$ 110.00$ 3,190.00$ $45.00 $1,305.00 $70.00 $2,030.00 $60.00 $1,740.00
464 6020 RC PIPE (CL IV) (36 IN) LF 44 200.00$ 8,800.00$ 200.00$ 8,800.00$ $112.00 $4,928.00 $150.00 $6,600.00 $135.00 $5,940.00
465 6152 INLET (COMPL)(PAZD)(RC)(3FTX3FT) EA 3 6,000.00$ 18,000.00$ 4,000.00$ 12,000.00$ $4,450.00 $13,350.00 $4,000.00 $12,000.00 $3,750.00 $11,250.00
465 6154 INLET (COMPL)(PAZD)(RC)(5FTX5FT) EA 1 6,000.00$ 6,000.00$ 5,200.00$ 5,200.00$ $5,450.00 $5,450.00 $6,000.00 $6,000.00 $4,700.00 $4,700.00
465 8001 JCT BOX (COMPL)(CIP)(10FTX5FT) EA 1 30,000.00$ 30,000.00$ 24,000$ 24,000.00$ $34,150.00 $34,150.00 $30,000.00 $30,000.00 $19,800.00 $19,800.00
465 8002 INLET (COMPL)(POD)(3FTX3FT) EA 2 4,000.00$ 8,000.00$ 4,500.00$ 9,000.00$ $4,100.00 $8,200.00 $4,000.00 $8,000.00 $3,950.00 $7,900.00
466 6181 WINGWALL (PW - 1) (HW=6 FT) EA 2 17,193.39$ 34,386.78$ 12,000.00$ 24,000.00$ $16,750.00 $33,500.00 $12,000.00 $24,000.00 $15,400.00 $30,800.00
466 6182 WINGWALL (PW - 1) (HW=7 FT) EA 3 17,125.00$ 51,375.00$ 13,000.00$ 39,000.00$ $17,500.00 $52,500.00 $19,000.00 $57,000.00 $18,100.00 $54,300.00
466 6184 WINGWALL (PW - 1) (HW=9 FT) EA 1 19,980.00$ 19,980.00$ 36,000.00$ 36,000.00$ $40,500.00 $40,500.00 $33,000.00 $33,000.00 $34,500.00 $34,500.00
467 6185 SET (TY I)(S= 5 FT)(HW= 6 FT)(3:1) (C) EA 2 5,730.84$ 11,461.68$ 10,000.00$ 20,000.00$ $15,900.00 $31,800.00 $8,000.00 $16,000.00 $9,250.00 $18,500.00
467 6324 SET (TY II) (12 IN) (RCP) (4: 1) (P) EA 2 750.00$ 1,500.00$ 1,200.00$ 2,400.00$ $1,260.00 $2,520.00 $2,500.00 $5,000.00 $800.00 $1,600.00
467 6357 SET (TY II) (18 IN) (RCP) (3: 1) (P) EA 1 1,000.00$ 1,000.00$ 1,800.00$ 1,800.00$ $1,315.00 $1,315.00 $2,000.00 $2,000.00 $850.00 $850.00
467 6389 SET (TY II) (24 IN) (RCP) (3: 1) (P) EA 2 1,300.00$ 2,600.00$ 1,600.00$ 3,200.00$ $1,595.00 $3,190.00 $2,200.00 $4,400.00 $1,150.00 $2,300.00
467 6449 SET (TY II) (36 IN) (RCP) (3: 1) (P) EA 1 2,750.00$ 2,750.00$ 3,400.00$ 3,400.00$ $5,000.00 $5,000.00 $2,500.00 $2,500.00 $2,500.00 $2,500.00
467 6450 SET (TY II) (36 IN) (RCP) (4: 1) (C) EA 2 3,250.00$ 6,500.00$ 3,000.00$ 6,000.00$ $5,600.00 $11,200.00 $2,700.00 $5,400.00 $2,900.00 $5,800.00
467 6454 SET (TY II) (36 IN) (RCP) (6: 1) (P) EA 1 3,800.00$ 3,800.00$ 3,600.00$ 3,600.00$ $7,700.00 $7,700.00 $3,000.00 $3,000.00 $3,750.00 $3,750.00
471 6003 GRATE & FRAME EA 3 1,139.41$ 3,418.23$ 2,700.00$ 8,100.00$ $2,000.00 $6,000.00 $3,000.00 $9,000.00 $1,700.00 $5,100.00
481 6013 PIPE (PVC) (SCH 40) (6 IN) LF 226 105.66$ 23,879.16$ 60.00$ 13,560.00$ $66.00 $14,916.00 $42.00 $9,492.00 $27.00 $6,102.00
496 6043 REMOV STR (SMALL FENCE) LF 1,604 5.38$ 8,629.52$ 4.50$ 7,218.00$ $2.15 $3,448.60 $1.25 $2,005.00 $3.00 $4,812.00
500 6001 MOBILIZATION LS 1 1,517,903.94$ 1,517,903.94$ 1,700,000$ 1,700,000.00$ $1,035,000 $1,035,000.00 $733,000.00 $733,000.00 $2,000,000.00 $2,000,000.00
502 6001 BARRICADES, SIGNS AND TRAFFIC HANDLING MO 30 2,500.00$ 75,000.00$ 2,300.00$ 69,000.00$ $1,600.00 $48,000.00 $750.00 $22,500.00 $750.00 $22,500.00
506 6002 ROCK FILTER DAMS (INSTALL) (TY 2) LF 1,039 22.83$ 23,720.37$ 22.00$ 22,858.00$ $17.00 $17,663.00 $25.00 $25,975.00 $25.00 $25,975.00
506 6003 ROCK FILTER DAMS (INSTALL) (TY 3) LF 167 45.00$ 7,515.00$ 32.00$ 5,344.00$ $31.00 $5,177.00 $40.00 $6,680.00 $50.00 $8,350.00
506 6011 ROCK FILTER DAMS (REMOVE) LF 1,141 7.61$ 8,683.01$ 7.00$ 7,987.00$ $6.25 $7,131.25 $10.00 $11,410.00 $6.00 $6,846.00
506 6020 CONSTRUCTION EXITS (INSTALL) (TY 1) SY 156 15.00$ 2,340.00$ 12.00$ 1,872.00$ $11.00 $1,716.00 $13.00 $2,028.00 $15.00 $2,340.00
506 6024 CONSTRUCTION EXITS (REMOVE) SY 156 6.76$ 1,054.56$ 7.00$ 1,092.00$ $6.25 $975.00 $8.00 $1,248.00 $6.00 $936.00
506 6025 EXCAV (EROSN & SEDMT CONT, IN PLACE) CY 920 16.00$ 14,720.00$ 12.00$ 11,040.00$ $10.00 $9,200.00 $30.00 $27,600.00 $25.00 $23,000.00
506 6026 EMBANK (EROSN & SEDMT CONT, IN PLACE) CY 717 10.00$ 7,170.00$ 12.00$ 8,604.00$ $4.00 $2,868.00 $30.00 $21,510.00 $25.00 $17,925.00
506 6035 SANDBAGS FOR EROSION CONTROL EA 180 0.70$ 126.00$ 7.00$ 1,260.00$ $5.00 $900.00 $10.00 $1,800.00 $4.50 $810.00
506 6038 TEMP SEDMT CONT FENCE (INSTALL) LF 16,003 2.22$ 35,526.66$ 1.75$ 28,005.25$ $2.00 $32,006.00 $3.00 $48,009.00 $4.00 $64,012.00
506 6039 TEMP SEDMT CONT FENCE (REMOVE) LF 16,003 0.35$ 5,601.05$ 0.40$ 6,401.20$ $0.20 $3,200.60 $1.00 $16,003.00 $0.15 $2,400.45
529 6008 CONC CURB & GUTTER (TY II) LF 6,498 14.78$ 96,040.44$ 15.00$ 97,470.00$ $13.00 $84,474.00 $16.00 $103,968.00 $14.00 $90,972.00
529 8001 CONC CURB (RIBBON) LF 8,883 12.00$ 106,596.00$ 13.00$ 115,479.00$ $10.80 $95,936.40 $13.00 $115,479.00 $11.50 $102,154.50
531 6001 CONC SIDEWALKS (4") SY 6,082 75.00$ 456,150.00$ 42.00$ 255,444.00$ $35.00 $212,870.00 $45.00 $273,690.00 $40.00 $243,280.00
531 6010 CURB RAMPS (TY 7) EA 2 1,000.00$ 2,000.00$ 2,400.00$ 4,800.00$ $540.00 $1,080.00 $2,000.00 $4,000.00 $1,650.00 $3,300.00
540 6001 MTL W-BEAM GD FEN (TIM POST) LF 1,247 18.50$ 23,069.50$ 22.00$ 27,434.00$ $20.00 $24,940.00 $20.00 $24,940.00 $16.75 $20,887.25
540 6006 MTL BEAM GD FEN TRANS (THRIE-BEAM) EA 8 1,393.74$ 11,149.92$ 1,100.00$ 8,800.00$ $1,005.00 $8,040.00 $1,500.00 $12,000.00 $1,315.00 $10,520.00
544 6001 GUARDRAIL END TREATMENT (INSTALL) EA 4 2,251.69$ 9,006.76$ 2,300.00$ 9,200.00$ $2,100.00 $8,400.00 $2,500.00 $10,000.00 $2,061.00 $8,244.00
552 8001 WIRE FENCE LF 25,330 12.00$ 303,960.00$ 6.25$ 158,312.50$ $7.00 $177,310.00 $8.00 $202,640.00 $5.75 $145,647.50
552 8002 GATE EA 2 700.00$ 1,400.00$ 1,100.00$ 2,200.00$ $1,100.00 $2,200.00 $5,000.00 $10,000.00 $1,000.00 $2,000.00
610 6161 IN RD IL (TY SA) 30T-4-4 (250W EQ) LED EA 1 4,300.00$ 4,300.00$ 5,800.00$ 5,800.00$ $4,700.00 $4,700.00 $4,500.00 $4,500.00 $4,400.00 $4,400.00
610 6400 IN RD IL (TY SA) 30T-10 (250W EQ) LED EA 2 4,300.00$ 8,600.00$ 5,500.00$ 11,000.00$ $4,500.00 $9,000.00 $3,500.00 $7,000.00 $3,450.00 $6,900.00
Page 2 of 10 Page 48 of 134
SW BYPASS & WOLF RANCH PARKWAY
January 27, 2016
Engineer's Estimate 1. Jordan Foster 2. Chasco 3. JD Abrams 4. Austin Br & Rd
ITEM DESCRIPTION UNIT QTY Unit $$Unit $$Unit $$Unit $$Unit $$
Bid Tabulations
618 6016 CONDT (PVC) (SCH 40) (1") LF 330 9.65$ 3,184.50$ 12.00$ 3,960.00$ $9.00 $2,970.00 $26.00 $8,580.00 $25.50 $8,415.00
618 6023 CONDT (PVC) (SCH 40) (2") LF 5,422 9.36$ 50,749.92$ 14.00$ 75,908.00$ $12.00 $65,064.00 $10.50 $56,931.00 $10.20 $55,304.40
618 6029 CONDT (PVC) (SCH 40) (3") LF 1,761 14.93$ 26,291.73$ 17.00$ 29,937.00$ $13.00 $22,893.00 $14.50 $25,534.50 $14.20 $25,006.20
620 6007 ELEC CONDR (NO.8) BARE LF 269 0.91$ 244.79$ 2.30$ 618.70$ $2.00 $538.00 $1.90 $511.10 $1.80 $484.20
620 6008 ELEC CONDR (NO.8) INSULATED LF 576 0.91$ 524.16$ 2.65$ 1,526.40$ $2.10 $1,209.60 $1.80 $1,036.80 $1.75 $1,008.00
620 6012 ELEC CONDR (NO.4) INSULATED LF 114 1.55$ 176.70$ 5.00$ 570.00$ $4.00 $456.00 $2.50 $285.00 $2.40 $273.60
624 6002 GROUND BOX TY A (122311) W/APRON EA 3 1,366.15$ 4,098.45$ 1,000.00$ 3,000.00$ $830.00 $2,490.00 $1,050.00 $3,150.00 $1,000.00 $3,000.00
624 6004 GROUND BOX TY B (122322)W/APRON EA 4 786.40$ 3,145.60$ 1,200.00$ 4,800.00$ $1,000.00 $4,000.00 $1,150.00 $4,600.00 $1,100.00 $4,400.00
624 6010 GROUND BOX TY D (162922)W/APRON EA 4 958.18$ 3,832.72$ 1,200.00$ 4,800.00$ $950.00 $3,800.00 $1,350.00 $5,400.00 $1,300.00 $5,200.00
628 6400 ELC SRV TY A 240/480 060(NS)SS(L)PS(U) EA 1 6,000.00$ 6,000.00$ 7,800.00$ 7,800.00$ $6,300.00 $6,300.00 $6,600.00 $6,600.00 $6,500.00 $6,500.00
644 6001 IN SM RD SN SUP&AM TY10BWG(1) SA(P) EA 35 429.30$ 15,025.50$ 450.00$ 15,750.00$ $345.00 $12,075.00 $325.00 $11,375.00 $323.70 $11,329.50
644 6004 IN SM RD SN SUP&AM TY10BWG(1) SA(T) EA 3 453.11$ 1,359.33$ 500.00$ 1,500.00$ $450.00 $1,350.00 $385.00 $1,155.00 $382.80 $1,148.40
644 6007 IN SM RD SN SUP&AM TY10BWG(1) SA(U) EA 1 589.65$ 589.65$ 575.00$ 575.00$ $615.00 $615.00 $455.00 $455.00 $452.90 $452.90
644 6009 IN SM RD SN SUP&AM TY10BWG(1) SB(P) EA 1 449.43$ 449.43$ 550.00$ 550.00$ $450.00 $450.00 $415.00 $415.00 $410.00 $410.00
644 6030 IN SM RD SN SUP&AM TYS80(1)SA(T) EA 2 636.21$ 1,272.42$ 775.00$ 1,550.00$ $650.00 $1,300.00 $460.00 $920.00 $457.30 $914.60
644 6060 IN SM RD SN SUP&AM TYTWT(1)WS(P) EA 11 382.63$ 4,208.93$ 300.00$ 3,300.00$ $360.00 $3,960.00 $340.00 $3,740.00 $337.10 $3,708.10
644 6076 REMOVE SM RD SN SUP&AM EA 10 77.22$ 772.20$ 75.00$ 750.00$ $78.00 $780.00 $78.00 $780.00 $75.00 $750.00
658 6002 INSTL DEL ASSM (D-SW)SZ 1(FLX)GND(BI) EA 39 55.72$ 2,173.08$ 35.00$ 1,365.00$ $42.00 $1,638.00 $35.00 $1,365.00 $31.00 $1,209.00
658 6005 INSTL DEL ASSM (D-SW)SZ 1(FLX)SRF(BI) EA 15 55.00$ 825.00$ 75.00$ 1,125.00$ $68.00 $1,020.00 $64.00 $960.00 $58.00 $870.00
658 6014 INSTL DEL ASSM (D-SW)SZ (BR)CTB (BI) EA 51 25.13$ 1,281.63$ 10.00$ 510.00$ $10.00 $510.00 $11.00 $561.00 $9.75 $497.25
658 6044 INSTL DEL ASSM (D-DY) SZ 2(WC)GND EA 4 43.00$ 172.00$ 42.00$ 168.00$ $40.00 $160.00 $35.00 $140.00 $31.00 $124.00
658 6047 INSTL OM ASSM (OM-2Y)(WC)GND EA 10 116.25$ 1,162.50$ 40.00$ 400.00$ $40.00 $400.00 $39.00 $390.00 $35.00 $350.00
658 6062 INSTL DEL ASSM (D-SW)SZ 1(BRF)GF2(BI) EA 21 33.77$ 709.17$ 17.00$ 357.00$ $16.00 $336.00 $17.00 $357.00 $15.00 $315.00
666 6006 REFL PAV MRK TY I (W)4"(DOT) (100MIL) LF 28 0.53$ 14.84$ 0.60$ 16.80$ $1.00 $28.00 $0.55 $15.40 $0.60 $16.80
666 6036 REFL PAV MRK TY I (W)8"(SLD) (100MIL) LF 646 0.74$ 478.04$ 0.70$ 452.20$ $1.00 $646.00 $0.65 $419.90 $0.63 $406.98
666 6048 REFL PAV MRK TY I (W)24"(SLD) (100MIL) LF 217 6.56$ 1,423.52$ 7.00$ 1,519.00$ $8.00 $1,736.00 $6.10 $1,323.70 $7.80 $1,692.60
666 6054 REFL PAV MRK TY I (W)(ARROW) (100MIL) EA 4 98.87$ 395.48$ 100.00$ 400.00$ $140.00 $560.00 $91.00 $364.00 $130.00 $520.00
666 6078 REFL PAV MRK TY I (W)(WORD) (100MIL) EA 4 106.54$ 426.16$ 135.00$ 540.00$ $160.00 $640.00 $120.00 $480.00 $150.00 $600.00
666 6105 REFL PAV MRK TY I (W) (BIKE ARW) (100MIL) EA 2 101.37$ 202.74$ 325.00$ 650.00$ $120.00 $240.00 $280.00 $560.00 $115.00 $230.00
666 6111 REFL PAV MRK TY I(W) (BIKE SYML) (100MIL) EA 2 166.37$ 332.74$ 145.00$ 290.00$ $200.00 $400.00 $130.00 $260.00 $175.00 $350.00
666 6147 REFL PAV MRK TY I (Y) 24"(SLD) (100MIL) LF 93 5.26$ 489.18$ 7.00$ 651.00$ $8.00 $744.00 $6.10 $567.30 $7.80 $725.40
666 6156 REFL PAV MRK TY I(Y) (MED NOSE) (100MIL) EA 1 224.12$ 224.12$ 380.00$ 380.00$ $420.00 $420.00 $330.00 $330.00 $400.00 $400.00
666 6170 REFL PAV MRK TY II (W) 4" (SLD) LF 337 0.12$ 40.44$ 0.60$ 202.20$ $0.20 $67.40 $0.60 $202.30 $0.18 $60.66
666 6178 REFL PAV MRK TY II (W) 8" (SLD) LF 147 0.35$ 51.45$ 1.20$ 176.40$ $0.40 $58.80 $1.15 $169.05 $0.36 $52.92
666 6184 REFL PAV MRK TY II (W) (ARROW) EA 4 62.15$ 248.60$ 75.00$ 300.00$ $68.00 $272.00 $66.00 $264.00 $65.00 $260.00
666 6192 REFL PAV MRK TY II (W) (WORD) EA 4 68.28$ 273.12$ 110.00$ 440.00$ $85.00 $340.00 $96.00 $384.00 $80.00 $320.00
666 6199 REFL PAV MRK TY II (W) 36" (YLD TRI) EA 12 18.94$ 227.28$ 29.00$ 348.00$ $26.00 $312.00 $26.00 $312.00 $25.00 $300.00
666 6207 REFL PAV MRK TY II (Y) 4" (SLD) LF 1,757 0.13$ 228.41$ 0.60$ 1,054.20$ $0.20 $351.40 $0.57 $1,001.49 $0.18 $316.26
666 6214 REFL PAV MRK TY II (Y) 24" (SLD) LF 749 2.52$ 1,887.48$ 2.70$ 2,022.30$ $3.00 $2,247.00 $2.30 $1,722.70 $2.75 $2,059.75
666 6303 RE PM W/RET REQ TY I (W)4"(SLD) (100MIL) LF 15,887 0.31$ 4,924.97$ 0.40$ 6,354.80$ $0.35 $5,560.45 $0.35 $5,560.45 $0.32 $5,083.84
666 6315 RE PM W/RET REQ TY I (Y)4"(SLD) (100MIL) LF 23,331 0.33$ 7,699.23$ 0.40$ 9,332.40$ $0.35 $8,165.85 $0.35 $8,165.85 $0.32 $7,465.92
672 6009 REFL PAV MRKR TY II-A-A EA 493 3.22$ 1,587.46$ 3.80$ 1,873.40$ $5.00 $2,465.00 $3.30 $1,626.90 $4.05 $1,996.65
677 6007 ELIM EXT PAV MRK & MRKS (24") LF 13 4.09$ 53.17$ 16.00$ 208.00$ $21.00 $273.00 $15.00 $195.00 $20.00 $260.00
740 6005 ANTI - GRAFFITI COATNG (PERMNENT-TY III) SF 14,904 1.00$ 14,904.00$ 1.00$ 14,904.00$ $0.80 $11,923.20 $1.10 $16,394.40 $2.00 $29,808.00
1004 6001 TREE PROTECTION EA 17 258.00$ 4,386.00$ 160.00$ 2,720.00$ $140.00 $2,380.00 $400.00 $6,800.00 $150.00 $2,550.00
6001 6002 PORTABLE CHANGEABLE MESSAGE SIGN EA 2 8,013.14$ 16,026.28$ 9,000.00$ 18,000.00$ $18,400.00 $36,800.00 $15,000.00 $30,000.00 $15,000.00 $30,000.00
6120 6001 DEAD END ROADWAY BARRICADE LF 144 277.78$ 40,000.32$ 45.00$ 6,480.00$ $40.00 $5,760.00 $50.00 $7,200.00 $35.00 $5,040.00
CIP11-A TRENCH SAFETY PLAN LS 1 1,500.00$ 1,500.00$ 2,000.00$ 2,000.00$ $810.00 $810.00 $1,000.00 $1,000.00 $2,500.00 $2,500.00
CIP11-B TRENCH SAFETY IMPLEMENTATION LF 576 3.00$ 1,728.00$ 1.00$ 576.00$ $5.00 $2,880.00 $3.00 $1,728.00 $9.00 $5,184.00
G4-D CONCRETE ENCASEMENT LF 100 200.00$ 20,000.00$ 75.00$ 7,500.00$ $48.00 $4,800.00 $35.00 $3,500.00 $62.00 $6,200.00
SKF-01 SEALING KARST FEATURE EA 1 1,000.00$ 1,000.00$ 5,000.00$ 5,000.00$ $5,400.00 $5,400.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00
W1-B1 24" AWWA C150 RESTRAINEED JOINT DUCTILE IR LF 3,232 288.00$ 930,816.00$ 210.00$ 678,720.00$ $288.00 $930,816.00 $260.00 $840,320.00 $289.00 $934,048.00
W1-B2 6" AWWA C150 DUCTILE IRON PIPE LF 20 200.00$ 4,000.00$ 135.00$ 2,700.00$ $185.00 $3,700.00 $235.00 $4,700.00 $220.00 $4,400.00
Page 3 of 10 Page 49 of 134
SW BYPASS & WOLF RANCH PARKWAY
January 27, 2016
Engineer's Estimate 1. Jordan Foster 2. Chasco 3. JD Abrams 4. Austin Br & Rd
ITEM DESCRIPTION UNIT QTY Unit $$Unit $$Unit $$Unit $$Unit $$
Bid Tabulations
W1-B3 24" SELF RESTRAINED PIPE EXPANSION JOINT EA 12 30,000$ 360,000.00$ 10,500.00$ 126,000.00$ $14,000.00 $168,000.00 $11,000.00 $132,000.00 $12,000.00 $144,000.00
W3-A1 24" GATE VALVES EA 3 37,300$ 111,900.00$ 17,500.00$ 52,500.00$ $17,000.00 $51,000.00 $20,000.00 $60,000.00 $17,500.00 $52,500.00
W3-A2 6" GATE VALVES EA 2 2,000.00$ 4,000.00$ 1,600.00$ 3,200.00$ $950.00 $1,900.00 $2,600.00 $5,200.00 $1,000.00 $2,000.00
W4-A1 24" ENCASEMENT PIPE LF 450 300.00$ 135,000.00$ 85.00$ 38,250.00$ $130.00 $58,500.00 $75.00 $33,750.00 $95.00 $42,750.00
W4-A2 30" ENCASEMENT PIPE LF 600 325.00$ 195,000.00$ 120.00$ 72,000.00$ $131.00 $78,600.00 $90.00 $54,000.00 $115.00 $69,000.00
W4-A3 36" ENCASEMENT PIPE LF 132 350.00$ 46,200.00$ 220.00$ 29,040.00$ $150.00 $19,800.00 $170.00 $22,440.00 $275.00 $36,300.00
ALLOWANCE NO. 1 $39,810.00 $39,810.00 39,810.00$ 39,810.00$ $39,810.00 $39,810.00 $39,810.00 $39,810.00 $39,810.00 $39,810.00
ALLOWANCE NO. 2 $34,110.00 $34,110.00 34,110.00$ 34,110.00$ $34,110.00 $34,110.00 $34,110.00 $34,110.00 $34,110.00 $34,110.00
FORCE ACCOUNT $250,000.00 $250,000.00 250,000.00$ 250,000.00$ $250,000.00 $250,000.00 $250,000.00 $250,000.00 $250,000.00 $250,000.00
TOTAL BASE BID 23,526,201.26$ 18,185,022.83$ 20,473,676.00$ 20,485,248.24$ 20,554,062.24$
Page 4 of 10 Page 50 of 134
SW BYPASS & WOLF RANCH PARKWAY
January 27, 2016
Engineer's Estimate 1. Jordan Foster 2. Chasco 3. JD Abrams 4. Austin Br & Rd
ITEM DESCRIPTION UNIT QTY Unit $$Unit $$Unit $$Unit $$Unit $$
Bid Tabulations
ALTERNATE BID 1
ITEM DESCRIPTION UNIT QTY
110 6001 EXCAVATION (ROADWAY) CY 88 16.56$ 1,457.28$ $85.00 7,480.00$ $14.00 1,232.00$ $9.50 836.00$ 25.00$ 2,200.00$
132 6006 EMBANKMENT (FINAL)(DENS CONT)(TY C) CY 147 10.00$ 1,470.00$ $35.00 5,145.00$ $8.00 1,176.00$ $11.00 1,617.00$ 35.00$ 5,145.00$
161 6017 COMPOST MANUF TOPSOIL (4") SY 237 1.50$ 355.50$ $15.00 3,555.00$ $3.30 782.10$ $1.90 450.30$ 3.00$ 711.00$
164 6023 CELL FBR MLCH SEED(PERM)(RURAL)(CLAY) SY 237 0.33$ 78.21$ $2.35 556.95$ $0.25 59.25$ $0.40 94.80$ 0.26$ 61.62$
169 6001 SOIL RETENTION BLANKETS (CL 1) (TY A) SY 174 1.21$ 210.54$ $1.30 226.20$ $1.20 208.80$ $0.10 17.40$ 0.90$ 156.60$
169 6006 SOIL RETENTION BLANKETS (CL 2) (TY F) SY 63 2.07$ 130.41$ $7.00 441.00$ $1.40 88.20$ $1.50 94.50$ 1.55$ 97.65$
423 6002 RETAINING WALL (MSE) (ASHLAR STONE FIN) SF -73 32.04$ (2,338.92)$ $42.00 (3,066.00)$ $43.25 (3,157.25)$ $45.00 (3,285.00)$ 15.00$ (1,095.00)$
432 6035 RIPRAP (STONE PROTECTION)(24 IN) CY 248 75.01$ 18,602.48$ $150.00 37,200.00$ $135.00 33,480.00$ $120.00 29,760.00$ 123.00$ 30,504.00$
462 6012 CONC BOX CULV (6 FT X 5 FT) LF 142 500.00$ 71,000.00$ $500.00 71,000.00$ $410.00 58,220.00$ $515.00 73,130.00$ 385.00$ 54,670.00$
466 6182 WINGWALL (PW - 1) (HW=7 FT) [BASE BID] EA -2 17,125.00$ (34,250.00)$ $13,000.00 (26,000.00)$ $17,500.00 (35,000.00)$ $14,500.00 (29,000.00)$ 18,100.00$ (36,200.00)$
466 6182 WINGWALL (PW - 1) (HW=7 FT) EA 2 18,500.00$ 37,000.00$ $13,000.00 26,000.00$ $18,500.00 37,000.00$ $22,500.00 45,000.00$ 20,300.00$ 40,600.00$
740 6005 ANTI - GRAFFITI COATNG(PERMNENT-TY III) SF -73 1.00$ (73.00)$ $1.00 (73.00)$ $0.80 (58.40)$ $1.10 (80.30)$ 2.00$ (146.00)$
ALTERNATE BID 1 SUBTOTAL $93,642.50 $122,465.15 $94,030.70 $118,634.70 96,704.87
ALTERNATE BID 2
ITEM DESCRIPTION UNIT QTY
247 6041 FL BS (CMP IN PLC) (TYA GR1&2) (FNAL POS) CY 148 50 7,400.00$ $50.00 7,400.00$ $35.00 5,180.00$ $28.00 4,144.00$ $50.00 7,400.00$
310 6005 PRIME COAT (AE-P) GAL 76 6 456.00$ $3.25 247.00$ $4.00 304.00$ $3.50 266.00$ $3.05 231.80$
341 6027 D-GR HMA TY-C SAC-B PG70-22 TON 85 85 7,225.00$ $78.00 6,630.00$ $85.25 7,246.25$ $76.00 6,460.00$ $61.00 5,185.00$
529 6008 CONC CURB & GUTTER (TY II) LF -13 14.78 (192.14)$ $15.00 (195.00)$ $13.00 (169.00)$ $16.00 (208.00)$ $10.00 (130.00)$
666 6036 REFL PAV MRK TY I (W)8"(SLD) (100MIL) LF 154 0.74 113.96$ $0.70 107.80$ $0.75 115.50$ $0.65 100.10$ $0.63 97.02$
666 6054 REFL PAV MRK TY I (W)(ARROW) (100MIL) EA 2 98.87 197.74$ $100.00 200.00$ $135.00 270.00$ $91.00 182.00$ $130.00 260.00$
666 6078 REFL PAV MRK TY I (W)(WORD) (100MIL) EA 2 106.54 213.08$ $125.00 250.00$ $156.00 312.00$ $117.00 234.00$ $150.00 300.00$
666 6207 REFL PAV MRK TY II (Y) 4" (SLD) LF -13 0.13 (1.69)$ $0.60 (7.80)$ $0.20 (2.60)$ $0.57 (7.41)$ $0.18 (2.34)$
672 6009 REFL PAV MRKR TY II-A-A EA -8
3.22 (25.76)$ $3.80 (30.40)$ $4.25 (34.00)$ $3.30 (26.40)$ $4.05 (32.40)$
ALTERNATE BID 2 SUBTOTAL $15,386.19 $14,601.60 $13,222.15 $11,144.29 13,309.08$
PROJECT TOTAL INCLUDING ALTERNATES $23,635,229.95 $18,322,089.58 $20,580,928.85 $20,615,027.23 $20,664,076.19
NOTES:
1. Contractor's Base Bid Total did not include Force Account Item
2. Contractor's Base Bid Total did not include Allowance and Force Account Items
3. Contractor's Base Bid provided doesn't match Tabulated Bid - Difference less than $1.00.
6. Contractor's Base Bid provided doesn't match Tabulated Bid - Difference less than $1.00.
Page 5 of 10 Page 51 of 134
SW BYPASS & WOLF RANCH PARKWAY
January 27, 2016
ITEM DESCRIPTION UNIT QTY
BASE BID
100 6002 PREPARING ROW STA 118
100 6007 PREP ROW (TREE)(GREATER THAN 24" DIA) EA 22
104 6022 REMOVING CONC (CURB AND GUTTER) LF 111
105 6037 REMOVING STAB BASE AND ASPH PAV(0"-16") SY 391
110 6001 EXCAVATION (ROADWAY) CY 114,890
132 6006 EMBANKMENT (FINAL)(DENS CONT)(TY C) CY 193,651
161 6017 COMPOST MANUF TOPSOIL (4") SY 299,446
164 6009 BROADCAST SEED (TEMP) (WARM) SY 74,864
164 6011 BROADCAST SEED (TEMP) (COOL) SY 74,864
164 6023 CELL FBR MLCH SEED(PERM) (RURAL)(CLAY) SY 149,723
168 6001 VEGETATIVE WATERING MG 4,489
169 6001 SOIL RETENTION BLANKETS (CL 1) (TY A) SY 281,460
169 6006 SOIL RETENTION BLANKETS (CL 2) (TY F) SY 7,114
247 6041 FL BS (CMP IN PLC) (TYA GR1&2) (FNAL POS) CY 19,240
310 6005 PRIME COAT (AE-P) GAL 8,307
341 6027 D-GR HMA TY-C SAC-B PG70-22 TON 9,365
400 6005 CEM STABIL BKFL CY 700
402 6001 TRENCH EXCAVATION PROTECTION LF 82
416 6001 DRILL SHAFT (18 IN) LF 198
416 6005 DRILL SHAFT (42 IN) LF 573
416 6006 DRILL SHAFT (48 IN) LF 357
416 6008 DRILL SHAFT (60 IN) LF 564
416 6010 DRILL SHAFT (72 IN) LF 441
416 6029 DRILL SHAFT (RDWY ILL POLE) (30 IN) LF 24
420 6002 CL A CONC (MISC) CY 4
420 6013 CL C CONC (ABUT) CY 193
420 6027 CL C CONC (BENT)(MASS) CY 266
420 6029 CL C CONC (CAP) CY 964
420 6037 CL C CONC (COLUMN) CY 1,252
422 6001 REINF CONC SLAB SF 144,610
422 6015 APPROACH SLAB CY 250
423 6002 RETAINING WALL (MSE) (ASHLAR STONE FIN) SF 14,904
425 6041 PRESTR CONC GIRDER (TX70) LF 14,902
432 6001 RIPRAP (CONC)(4 IN) CY 72
432 6002 RIPRAP (CONC)(5 IN) CY 9
432 6003 RIPRAP (CONC)(6 IN) CY 373
432 6023 RIPRAP (STONE COMMON)(DRY) (8 IN) CY 427
432 6030 RIPRAP (STONE COMMON)(GROUT) (12 IN) CY 802
432 6035 RIPRAP (STONE PROTECTION) (24 IN) CY 857
432 6045 RIPRAP (MOW STRIP)(4 IN) CY 98
Bid Tabulations
5. Webber 6. Capital Excavation 7. Lane 8. Joe Bland
Unit $$Unit $$Unit $$Unit $$
17,670.00$ 2,085,060.00$ 4,500.00 531,000.00 5,600.00 660,800.00 8,000.00 944,000.00
460.00$ 10,120.00$ 1,000.00 22,000.00 580.00 12,760.00 500.00 11,000.00
4.50$ 499.50$ 10.00 1,110.00 5.75 638.25 7.00 777.00
13.00$ 5,083.00$ 20.00 7,820.00 7.00 2,737.00 10.00 3,910.00
10.00$ 1,148,900.00$ 13.00 1,493,570.00 13.00 1,493,570.00 21.00 2,412,690.00
6.75$ 1,307,144.25$ 11.50 2,226,986.50 9.50 1,839,684.50 13.00 2,517,463.00
3.75$ 1,122,922.50$ 0.50 149,723.00 3.50 1,048,061.00 3.55 1,063,033.30
0.08$ 5,989.12$ 0.10 7,486.40 0.13 9,732.32 0.10 7,486.40
0.08$ 5,989.12$ 0.10 7,486.40 0.13 9,732.32 0.10 7,486.40
0.25$ 37,430.75$ 0.25 37,430.75 0.29 43,419.67 0.25 37,430.75
19.00$ 85,291.00$ 15.00 67,335.00 24.00 107,736.00 25.00 112,225.00
0.75$ 211,095.00$ 1.20 337,752.00 1.03 289,903.80 1.15 323,679.00
1.25$ 8,892.50$ 1.40 9,959.60 5.64 40,122.96 1.35 9,603.90
26.00$ 500,240.00$ 35.00 673,400.00 34.00 654,160.00 30.00 577,200.00
3.00$ 24,921.00$ 4.00 33,228.00 6.25 51,918.75 4.00 33,228.00
69.00$ 646,185.00$ 85.00 796,025.00 70.00 655,550.00 75.00 702,375.00
68.00$ 47,600.00$ 150.00 105,000.00 130.00 91,000.00 200.00 140,000.00
5.50$ 451.00$ 10.00 820.00 3.20 262.40 2.00 164.00
44.00$ 8,712.00$ 80.00 15,840.00 100.00 19,800.00 170.00 33,660.00
170.00$ 97,410.00$ 200.00 114,600.00 250.00 143,250.00 350.00 200,550.00
200.00$ 71,400.00$ 230.00 82,110.00 290.00 103,530.00 440.00 157,080.00
310.00$ 174,840.00$ 450.00 253,800.00 440.00 248,160.00 585.00 329,940.00
510.00$ 224,910.00$ 610.00 269,010.00 550.00 242,550.00 700.00 308,700.00
320.00$ 7,680.00$ 320.00 7,680.00 320.00 7,680.00 206.00 4,944.00
670.00$ 2,680.00$ 1,000.00 4,000.00 500.00 2,000.00 600.00 2,400.00
750.00$ 144,750.00$ 850.00 164,050.00 600.00 115,800.00 1,050.00 202,650.00
580.00$ 154,280.00$ 910.00 242,060.00 900.00 239,400.00 720.00 191,520.00
590.00$ 568,760.00$ 850.00 819,400.00 850.00 819,400.00 750.00 723,000.00
650.00$ 813,800.00$ 850.00 1,064,200.00 700.00 876,400.00 650.00 813,800.00
17.85$ 2,581,288.50$ 15.00 2,169,150.00 16.50 2,386,065.00 15.77 2,280,499.70
340.00$ 85,000.00$ 500.00 125,000.00 400.00 100,000.00 400.00 100,000.00
39.00$ 581,256.00$ 57.00 849,528.00 38.00 566,352.00 43.00 640,872.00
140.00$ 2,086,280.00$ 170.00 2,533,340.00 160.00 2,384,320.00 165.00 2,458,830.00
400.00$ 28,800.00$ 500.00 36,000.00 390.00 28,080.00 315.00 22,680.00
440.00$ 3,960.00$ 450.00 4,050.00 400.00 3,600.00 300.00 2,700.00
530.00$ 197,690.00$ 410.00 152,930.00 420.00 156,660.00 320.00 119,360.00
67.00$ 28,609.00$ 160.00 68,320.00 100.00 42,700.00 110.00 46,970.00
160.00$ 128,320.00$ 220.00 176,440.00 125.00 100,250.00 175.00 140,350.00
94.00$ 80,558.00$ 170.00 145,690.00 80.00 68,560.00 120.00 102,840.00
460.00$ 45,080.00$ 470.00 46,060.00 600.00 58,800.00 375.00 36,750.00
Page 6 of 10 Page 52 of 134
SW BYPASS & WOLF RANCH PARKWAY
January 27, 2016
ITEM DESCRIPTION UNIT QTY
Bid Tabulations
442 6007 STR STEEL (MISC NON - BRIDGE) LB 115,092
450 6023 RAIL (TY SSTR) LF 5,146
450 6052 RAIL (HANDRAIL) (TY F) LF 1,147
454 6001 SEALED EXPANSION JOINT (4 IN) (SEJ - A) LF 723
462 6008 CONC BOX CULV (5 FT X 4 FT) LF 373
462 6012 CONC BOX CULV (6 FT X 5 FT) LF 142
462 6029 CONC BOX CULV (10 FT X 5 FT) LF 115
464 6003 RC PIPE (CL III)(18 IN) LF 93
464 6005 RC PIPE (CL III)(24 IN) LF 144
464 6007 RC PIPE (CL III)(30 IN) LF 129
464 6008 RC PIPE (CL III)(36 IN) LF 151
464 6016 RC PIPE (CL IV) (12 IN) LF 29
464 6020 RC PIPE (CL IV) (36 IN) LF 44
465 6152 INLET (COMPL)(PAZD)(RC)(3FTX3FT) EA 3
465 6154 INLET (COMPL)(PAZD)(RC)(5FTX5FT) EA 1
465 8001 JCT BOX (COMPL)(CIP)(10FTX5FT) EA 1
465 8002 INLET (COMPL)(POD)(3FTX3FT) EA 2
466 6181 WINGWALL (PW - 1) (HW=6 FT) EA 2
466 6182 WINGWALL (PW - 1) (HW=7 FT) EA 3
466 6184 WINGWALL (PW - 1) (HW=9 FT) EA 1
467 6185 SET (TY I)(S= 5 FT)(HW= 6 FT)(3:1) (C) EA 2
467 6324 SET (TY II) (12 IN) (RCP) (4: 1) (P) EA 2
467 6357 SET (TY II) (18 IN) (RCP) (3: 1) (P) EA 1
467 6389 SET (TY II) (24 IN) (RCP) (3: 1) (P) EA 2
467 6449 SET (TY II) (36 IN) (RCP) (3: 1) (P) EA 1
467 6450 SET (TY II) (36 IN) (RCP) (4: 1) (C) EA 2
467 6454 SET (TY II) (36 IN) (RCP) (6: 1) (P) EA 1
471 6003 GRATE & FRAME EA 3
481 6013 PIPE (PVC) (SCH 40) (6 IN) LF 226
496 6043 REMOV STR (SMALL FENCE) LF 1,604
500 6001 MOBILIZATION LS 1
502 6001 BARRICADES, SIGNS AND TRAFFIC HANDLING MO 30
506 6002 ROCK FILTER DAMS (INSTALL) (TY 2) LF 1,039
506 6003 ROCK FILTER DAMS (INSTALL) (TY 3) LF 167
506 6011 ROCK FILTER DAMS (REMOVE) LF 1,141
506 6020 CONSTRUCTION EXITS (INSTALL) (TY 1) SY 156
506 6024 CONSTRUCTION EXITS (REMOVE) SY 156
506 6025 EXCAV (EROSN & SEDMT CONT, IN PLACE) CY 920
506 6026 EMBANK (EROSN & SEDMT CONT, IN PLACE) CY 717
506 6035 SANDBAGS FOR EROSION CONTROL EA 180
506 6038 TEMP SEDMT CONT FENCE (INSTALL) LF 16,003
506 6039 TEMP SEDMT CONT FENCE (REMOVE) LF 16,003
529 6008 CONC CURB & GUTTER (TY II) LF 6,498
529 8001 CONC CURB (RIBBON) LF 8,883
531 6001 CONC SIDEWALKS (4") SY 6,082
531 6010 CURB RAMPS (TY 7) EA 2
540 6001 MTL W-BEAM GD FEN (TIM POST) LF 1,247
540 6006 MTL BEAM GD FEN TRANS (THRIE-BEAM) EA 8
544 6001 GUARDRAIL END TREATMENT (INSTALL) EA 4
552 8001 WIRE FENCE LF 25,330
552 8002 GATE EA 2
610 6161 IN RD IL (TY SA) 30T-4-4 (250W EQ) LED EA 1
610 6400 IN RD IL (TY SA) 30T-10 (250W EQ) LED EA 2
5. Webber 6. Capital Excavation 7. Lane 8. Joe Bland
Unit $$Unit $$Unit $$Unit $$
1.50$ 172,638.00$ 4.00 460,368.00 2.30 264,711.60 5.00 575,460.00
48.00$ 247,008.00$ 59.89 308,193.94 49.00 252,154.00 47.50 244,435.00
75.00$ 86,025.00$ 160.00 183,520.00 91.00 104,377.00 70.00 80,290.00
74.00$ 53,502.00$ 100.00 72,300.00 100.00 72,300.00 150.00 108,450.00
200.00$ 74,600.00$ 400.00 149,200.00 340.00 126,820.00 300.00 111,900.00
280.00$ 39,760.00$ 450.00 63,900.00 500.00 71,000.00 486.75 69,118.50
500.00$ 57,500.00$ 850.00 97,750.00 800.00 92,000.00 1,100.00 126,500.00
51.00$ 4,743.00$ 70.00 6,510.00 113.00 10,509.00 110.00 10,230.00
88.00$ 12,672.00$ 80.00 11,520.00 130.00 18,720.00 130.00 18,720.00
70.00$ 9,030.00$ 100.00 12,900.00 150.00 19,350.00 140.00 18,060.00
94.00$ 14,194.00$ 120.00 18,120.00 170.00 25,670.00 200.00 30,200.00
130.00$ 3,770.00$ 80.00 2,320.00 97.00 2,813.00 115.00 3,335.00
57.00$ 2,508.00$ 150.00 6,600.00 240.00 10,560.00 200.00 8,800.00
2,480.00$ 7,440.00$ 3,000.00 9,000.00 5,500.00 16,500.00 4,000.00 12,000.00
3,560.00$ 3,560.00$ 5,000.00 5,000.00 6,800.00 6,800.00 5,200.00 5,200.00
21,290.00$ 21,290.00$ 8,000.00 8,000.00 30,000.00 30,000.00 25,000.00 25,000.00
2,940.00$ 5,880.00$ 4,000.00 8,000.00 5,900.00 11,800.00 5,000.00 10,000.00
16,000.00$ 32,000.00$ 8,000.00 16,000.00 11,000.00 22,000.00 8,000.00 16,000.00
17,250.00$ 51,750.00$ 8,000.00 24,000.00 12,500.00 37,500.00 8,000.00 24,000.00
27,000.00$ 27,000.00$ 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00
8,500.00$ 17,000.00$ 5,000.00 10,000.00 10,700.00 21,400.00 13,000.00 26,000.00
1,570.00$ 3,140.00$ 1,000.00 2,000.00 1,360.00 2,720.00 900.00 1,800.00
780.00$ 780.00$ 1,500.00 1,500.00 1,900.00 1,900.00 1,000.00 1,000.00
920.00$ 1,840.00$ 1,500.00 3,000.00 1,640.00 3,280.00 1,000.00 2,000.00
1,160.00$ 1,160.00$ 3,500.00 3,500.00 3,800.00 3,800.00 4,000.00 4,000.00
1,320.00$ 2,640.00$ 3,000.00 6,000.00 2,900.00 5,800.00 2,500.00 5,000.00
1,510.00$ 1,510.00$ 4,000.00 4,000.00 6,600.00 6,600.00 5,500.00 5,500.00
2,990.00$ 8,970.00$ 3,000.00 9,000.00 2,100.00 6,300.00 1,800.00 5,400.00
27.00$ 6,102.00$ 50.00 11,300.00 32.00 7,232.00 20.00 4,520.00
6.00$ 9,624.00$ 5.00 8,020.00 3.25 5,213.00 1.50 2,406.00
2,085,000$ 2,085,000.00$ 1,547,000.00 1,547,000.00 2,320,000.00 2,320,000.00 2,400,000.00 2,400,000.00
490.00$ 14,700.00$ 3,000.00 90,000.00 300.00 9,000.00 3,500.00 105,000.00
21.00$ 21,819.00$ 17.00 17,663.00 19.00 19,741.00 16.50 17,143.50
53.00$ 8,851.00$ 30.00 5,010.00 28.00 4,676.00 29.50 4,926.50
6.50$ 7,416.50$ 6.00 6,846.00 6.00 6,846.00 6.00 6,846.00
22.00$ 3,432.00$ 11.00 1,716.00 11.00 1,716.00 10.20 1,591.20
7.00$ 1,092.00$ 6.00 936.00 6.00 936.00 6.00 936.00
16.00$ 14,720.00$ 50.00 46,000.00 45.00 41,400.00 25.00 23,000.00
16.00$ 11,472.00$ 50.00 35,850.00 67.00 48,039.00 15.00 10,755.00
8.00$ 1,440.00$ 5.00 900.00 6.00 1,080.00 4.50 810.00
6.00$ 96,018.00$ 2.00 32,006.00 1.65 26,404.95 1.95 31,205.85
0.25$ 4,000.75$ 0.15 2,400.45 0.35 5,601.05 0.15 2,400.45
14.00$ 90,972.00$ 12.00 77,976.00 14.00 90,972.00 14.00 90,972.00
12.00$ 106,596.00$ 8.00 71,064.00 12.00 106,596.00 13.00 115,479.00
40.00$ 243,280.00$ 35.00 212,870.00 50.00 304,100.00 30.00 182,460.00
1,650.00$ 3,300.00$ 1,600.00 3,200.00 1,580.00 3,160.00 500.00 1,000.00
15.00$ 18,705.00$ 20.00 24,940.00 17.00 21,199.00 19.50 24,316.50
1,150.00$ 9,200.00$ 1,000.00 8,000.00 1,350.00 10,800.00 965.00 7,720.00
1,950.00$ 7,800.00$ 2,000.00 8,000.00 2,100.00 8,400.00 2,050.00 8,200.00
5.75$ 145,647.50$ 6.00 151,980.00 5.75 145,647.50 5.75 145,647.50
1,000.00$ 2,000.00$ 1,000.00 2,000.00 1,740.00 3,480.00 1,000.00 2,000.00
4,400.00$ 4,400.00$ 5,000.00 5,000.00 4,400.00 4,400.00 4,857.92 4,857.92
3,450.00$ 6,900.00$ 4,000.00 8,000.00 3,500.00 7,000.00 4,641.53 9,283.06
Page 7 of 10 Page 53 of 134
SW BYPASS & WOLF RANCH PARKWAY
January 27, 2016
ITEM DESCRIPTION UNIT QTY
Bid Tabulations
618 6016 CONDT (PVC) (SCH 40) (1") LF 330
618 6023 CONDT (PVC) (SCH 40) (2") LF 5,422
618 6029 CONDT (PVC) (SCH 40) (3") LF 1,761
620 6007 ELEC CONDR (NO.8) BARE LF 269
620 6008 ELEC CONDR (NO.8) INSULATED LF 576
620 6012 ELEC CONDR (NO.4) INSULATED LF 114
624 6002 GROUND BOX TY A (122311) W/APRON EA 3
624 6004 GROUND BOX TY B (122322)W/APRON EA 4
624 6010 GROUND BOX TY D (162922)W/APRON EA 4
628 6400 ELC SRV TY A 240/480 060(NS)SS(L)PS(U) EA 1
644 6001 IN SM RD SN SUP&AM TY10BWG(1) SA(P) EA 35
644 6004 IN SM RD SN SUP&AM TY10BWG(1) SA(T) EA 3
644 6007 IN SM RD SN SUP&AM TY10BWG(1) SA(U) EA 1
644 6009 IN SM RD SN SUP&AM TY10BWG(1) SB(P) EA 1
644 6030 IN SM RD SN SUP&AM TYS80(1)SA(T) EA 2
644 6060 IN SM RD SN SUP&AM TYTWT(1)WS(P) EA 11
644 6076 REMOVE SM RD SN SUP&AM EA 10
658 6002 INSTL DEL ASSM (D-SW)SZ 1(FLX)GND(BI) EA 39
658 6005 INSTL DEL ASSM (D-SW)SZ 1(FLX)SRF(BI) EA 15
658 6014 INSTL DEL ASSM (D-SW)SZ (BR)CTB (BI) EA 51
658 6044 INSTL DEL ASSM (D-DY) SZ 2(WC)GND EA 4
658 6047 INSTL OM ASSM (OM-2Y)(WC)GND EA 10
658 6062 INSTL DEL ASSM (D-SW)SZ 1(BRF)GF2(BI) EA 21
666 6006 REFL PAV MRK TY I (W)4"(DOT) (100MIL) LF 28
666 6036 REFL PAV MRK TY I (W)8"(SLD) (100MIL) LF 646
666 6048 REFL PAV MRK TY I (W)24"(SLD) (100MIL) LF 217
666 6054 REFL PAV MRK TY I (W)(ARROW) (100MIL) EA 4
666 6078 REFL PAV MRK TY I (W)(WORD) (100MIL) EA 4
666 6105 REFL PAV MRK TY I (W) (BIKE ARW) (100MIL) EA 2
666 6111 REFL PAV MRK TY I(W) (BIKE SYML) (100MIL) EA 2
666 6147 REFL PAV MRK TY I (Y) 24"(SLD) (100MIL) LF 93
666 6156 REFL PAV MRK TY I(Y) (MED NOSE) (100MIL) EA 1
666 6170 REFL PAV MRK TY II (W) 4" (SLD) LF 337
666 6178 REFL PAV MRK TY II (W) 8" (SLD) LF 147
666 6184 REFL PAV MRK TY II (W) (ARROW) EA 4
666 6192 REFL PAV MRK TY II (W) (WORD) EA 4
666 6199 REFL PAV MRK TY II (W) 36" (YLD TRI) EA 12
666 6207 REFL PAV MRK TY II (Y) 4" (SLD) LF 1,757
666 6214 REFL PAV MRK TY II (Y) 24" (SLD) LF 749
666 6303 RE PM W/RET REQ TY I (W)4"(SLD) (100MIL) LF 15,887
666 6315 RE PM W/RET REQ TY I (Y)4"(SLD) (100MIL) LF 23,331
672 6009 REFL PAV MRKR TY II-A-A EA 493
677 6007 ELIM EXT PAV MRK & MRKS (24") LF 13
740 6005 ANTI - GRAFFITI COATNG (PERMNENT-TY III) SF 14,904
1004 6001 TREE PROTECTION EA 17
6001 6002 PORTABLE CHANGEABLE MESSAGE SIGN EA 2
6120 6001 DEAD END ROADWAY BARRICADE LF 144
CIP11-A TRENCH SAFETY PLAN LS 1
CIP11-B TRENCH SAFETY IMPLEMENTATION LF 576
G4-D CONCRETE ENCASEMENT LF 100
SKF-01 SEALING KARST FEATURE EA 1
W1-B1 24" AWWA C150 RESTRAINEED JOINT DUCTILE IR LF 3,232
W1-B2 6" AWWA C150 DUCTILE IRON PIPE LF 20
5. Webber 6. Capital Excavation 7. Lane 8. Joe Bland
Unit $$Unit $$Unit $$Unit $$
26.00$ 8,580.00$ 26.00 8,580.00 26.00 8,580.00 9.63 3,177.90
10.00$ 54,220.00$ 10.00 54,220.00 10.00 54,220.00 12.17 65,985.74
14.00$ 24,654.00$ 15.00 26,415.00 14.00 24,654.00 13.96 24,583.56
1.75$ 470.75$ 2.00 538.00 1.80 484.20 3.39 911.91
1.75$ 1,008.00$ 2.00 1,152.00 1.75 1,008.00 2.16 1,244.16
2.50$ 285.00$ 3.00 342.00 2.40 273.60 4.22 481.08
1,000.00$ 3,000.00$ 1,000.00 3,000.00 1,000.00 3,000.00 865.55 2,596.65
1,100.00$ 4,400.00$ 1,000.00 4,000.00 1,100.00 4,400.00 1,000.80 4,003.20
1,300.00$ 5,200.00$ 1,500.00 6,000.00 1,300.00 5,200.00 973.75 3,895.00
6,500.00$ 6,500.00$ 7,000.00 7,000.00 6,500.00 6,500.00 6,480.83 6,480.83
320.00$ 11,200.00$ 430.00 15,050.00 330.00 11,550.00 421.00 14,735.00
380.00$ 1,140.00$ 500.00 1,500.00 430.00 1,290.00 458.00 1,374.00
450.00$ 450.00$ 550.00 550.00 590.00 590.00 513.00 513.00
410.00$ 410.00$ 500.00 500.00 420.00 420.00 482.00 482.00
460.00$ 920.00$ 700.00 1,400.00 620.00 1,240.00 689.00 1,378.00
340.00$ 3,740.00$ 300.00 3,300.00 350.00 3,850.00 269.00 2,959.00
75.00$ 750.00$ 70.00 700.00 75.00 750.00 65.00 650.00
31.00$ 1,209.00$ 30.00 1,170.00 41.00 1,599.00 31.00 1,209.00
58.00$ 870.00$ 70.00 1,050.00 65.00 975.00 65.00 975.00
9.75$ 497.25$ 10.00 510.00 9.75 497.25 9.25 471.75
31.00$ 124.00$ 40.00 160.00 38.00 152.00 36.00 144.00
35.00$ 350.00$ 40.00 400.00 40.00 400.00 35.00 350.00
15.00$ 315.00$ 15.00 315.00 15.00 315.00 14.50 304.50
0.50$ 14.00$ 0.50 14.00 0.60 16.80 0.50 14.00
0.75$ 484.50$ 0.70 452.20 0.63 406.98 0.64 413.44
7.75$ 1,681.75$ 6.00 1,302.00 7.80 1,692.60 6.00 1,302.00
130.00$ 520.00$ 90.00 360.00 130.00 520.00 90.00 360.00
150.00$ 600.00$ 115.00 460.00 150.00 600.00 115.00 460.00
120.00$ 240.00$ 275.00 550.00 280.00 560.00 275.00 550.00
180.00$ 360.00$ 125.00 250.00 175.00 350.00 125.00 250.00
7.75$ 720.75$ 6.00 558.00 7.80 725.40 6.00 558.00
400.00$ 400.00$ 325.00 325.00 330.00 330.00 325.00 325.00
0.25$ 84.25$ 0.60 202.20 0.18 60.66 0.55 185.35
0.25$ 36.75$ 1.00 147.00 0.36 52.92 1.10 161.70
65.00$ 260.00$ 65.00 260.00 65.00 260.00 65.00 260.00
80.00$ 320.00$ 95.00 380.00 80.00 320.00 95.00 380.00
25.00$ 300.00$ 25.00 300.00 25.00 300.00 25.00 300.00
0.25$ 439.25$ 1.00 1,757.00 0.18 316.26 0.55 966.35
2.75$ 2,059.75$ 3.00 2,247.00 2.75 2,059.75 2.25 1,685.25
0.25$ 3,971.75$ 0.50 7,943.50 0.32 5,083.84 0.34 5,401.58
0.25$ 5,832.75$ 0.50 11,665.50 0.32 7,465.92 0.34 7,932.54
4.00$ 1,972.00$ 3.00 1,479.00 4.05 1,996.65 3.25 1,602.25
20.00$ 260.00$ 15.00 195.00 14.50 188.50 14.25 185.25
1.00$ 14,904.00$ 2.00 29,808.00 0.79 11,774.16 0.18 2,682.72
300.00$ 5,100.00$ 140.00 2,380.00 450.00 7,650.00 135.00 2,295.00
56,020.00$ 112,040.00$ 7,500.00 15,000.00 1,640.00 3,280.00 25,000.00 50,000.00
35.00$ 5,040.00$ 5.00 720.00 47.00 6,768.00 25.00 3,600.00
1,620.00$ 1,620.00$ 1,000.00 1,000.00 4,400.00 4,400.00 500.00 500.00
5.50$ 3,168.00$ 4.00 2,304.00 3.20 1,843.20 2.00 1,152.00
52.00$ 5,200.00$ 110.00 11,000.00 174.00 17,400.00 225.00 22,500.00
6,120.00$ 6,120.00$ 50,000.00 50,000.00 5,100.00 5,100.00 15,000.00 15,000.00
220.00$ 711,040.00$ 220.00 711,040.00 170.00 549,440.00 210.00 678,720.00
89.00$ 1,780.00$ 77.00 1,540.00 76.00 1,520.00 100.00 2,000.00
Page 8 of 10 Page 54 of 134
SW BYPASS & WOLF RANCH PARKWAY
January 27, 2016
ITEM DESCRIPTION UNIT QTY
Bid Tabulations
W1-B3 24" SELF RESTRAINED PIPE EXPANSION JOINT EA 12
W3-A1 24" GATE VALVES EA 3
W3-A2 6" GATE VALVES EA 2
W4-A1 24" ENCASEMENT PIPE LF 450
W4-A2 30" ENCASEMENT PIPE LF 600
W4-A3 36" ENCASEMENT PIPE LF 132
ALLOWANCE NO. 1
ALLOWANCE NO. 2
FORCE ACCOUNT
TOTAL BASE BID
5. Webber 6. Capital Excavation 7. Lane 8. Joe Bland
Unit $$Unit $$Unit $$Unit $$
8,560.00$ 102,720.00$ 9,400.00 112,800.00 11,000.00 132,000.00 13,000.00 156,000.00
14,010.00$ 42,030.00$ 18,000.00 54,000.00 21,000.00 63,000.00 23,000.00 69,000.00
910.00$ 1,820.00$ 3,000.00 6,000.00 1,960.00 3,920.00 850.00 1,700.00
75.00$ 33,750.00$ 160.00 72,000.00 115.00 51,750.00 180.00 81,000.00
84.00$ 50,400.00$ 165.00 99,000.00 130.00 78,000.00 220.00 132,000.00
180.00$ 23,760.00$ 220.00 29,040.00 210.00 27,720.00 500.00 66,000.00
39,810.00$ 39,810.00$ 39,810.00 39,810.00 39,810.00 39,810.00 39,810.00 39,810.00
34,110.00$ 34,110.00$ 34,110.00 34,110.00 34,110.00 34,110.00 34,110.00 34,110.00
250,000.00$ 250,000.00$ 250,000.00 250,000.00 250,000.00 250,000.00 250,000.00 250,000.00
20,853,537.49$ 21,447,521.44 21,645,909.76 24,370,990.14
Page 9 of 10 Page 55 of 134
SW BYPASS & WOLF RANCH PARKWAY
January 27, 2016
ITEM DESCRIPTION UNIT QTY
Bid Tabulations
ALTERNATE BID 1
ITEM DESCRIPTION UNIT QTY
110 6001 EXCAVATION (ROADWAY) CY 88
132 6006 EMBANKMENT (FINAL)(DENS CONT)(TY C) CY 147
161 6017 COMPOST MANUF TOPSOIL (4") SY 237
164 6023 CELL FBR MLCH SEED(PERM)(RURAL)(CLAY) SY 237
169 6001 SOIL RETENTION BLANKETS (CL 1) (TY A) SY 174
169 6006 SOIL RETENTION BLANKETS (CL 2) (TY F) SY 63
423 6002 RETAINING WALL (MSE) (ASHLAR STONE FIN) SF -73
432 6035 RIPRAP (STONE PROTECTION)(24 IN) CY 248
462 6012 CONC BOX CULV (6 FT X 5 FT) LF 142
466 6182 WINGWALL (PW - 1) (HW=7 FT) [BASE BID] EA -2
466 6182 WINGWALL (PW - 1) (HW=7 FT) EA 2
740 6005 ANTI - GRAFFITI COATNG(PERMNENT-TY III) SF -73
ALTERNATE BID 1 SUBTOTAL
ALTERNATE BID 2
ITEM DESCRIPTION UNIT QTY
247 6041 FL BS (CMP IN PLC) (TYA GR1&2) (FNAL POS) CY 148
310 6005 PRIME COAT (AE-P) GAL 76
341 6027 D-GR HMA TY-C SAC-B PG70-22 TON 85
529 6008 CONC CURB & GUTTER (TY II) LF -13
666 6036 REFL PAV MRK TY I (W)8"(SLD) (100MIL) LF 154
666 6054 REFL PAV MRK TY I (W)(ARROW) (100MIL) EA 2
666 6078 REFL PAV MRK TY I (W)(WORD) (100MIL) EA 2
666 6207 REFL PAV MRK TY II (Y) 4" (SLD) LF -13
672 6009 REFL PAV MRKR TY II-A-A EA -8
ALTERNATE BID 2 SUBTOTAL
PROJECT TOTAL INCLUDING ALTERNATES
NOTES:
1. Contractor's Base Bid Total did not include Force Account Item
2. Contractor's Base Bid Total did not include Allowance and Force Account Items
3. Contractor's Base Bid provided doesn't match Tabulated Bid - Difference less than $1.0
6. Contractor's Base Bid provided doesn't match Tabulated Bid - Difference less than $1.0
5. Webber 6. Capital Excavation 7. Lane 8. Joe Bland
Unit $$Unit $$Unit $$Unit $$
10.00$ 880.00$ 50.00$ 4,400.00$ 10.00$ 880.00$ 21.00$ 1,848.00$
6.75$ 992.25$ 50.00$ 7,350.00$ 34.00$ 4,998.00$ 13.00$ 1,911.00$
3.75$ 888.75$ 2.00$ 474.00$ 3.70$ 876.90$ 3.55$ 841.35$
0.25$ 59.25$ 0.30$ 71.10$ 2.16$ 511.92$ 0.25$ 59.25$
0.75$ 130.50$ 2.00$ 348.00$ 1.23$ 214.02$ 1.15$ 200.10$
1.25$ 78.75$ 2.00$ 126.00$ 1.60$ 100.80$ 1.35$ 85.05$
39.00$ (2,847.00)$ 40.00$ (2,920.00)$ 39.26$ (2,865.98)$ 43.00$ (3,139.00)$
94.00$ 23,312.00$ 170.00$ 42,160.00$ 80.00$ 19,840.00$ 120.00$ 29,760.00$
280.00$ 39,760.00$ 450.00$ 63,900.00$ 500.00$ 71,000.00$ 600.00$ 85,200.00$
17,250.00$ (34,500.00)$ 8,000.00$ (16,000.00)$ 9,457.87$ (18,915.74)$ 7,950.00$ (15,900.00)$
17,150.00$ 34,300.00$ 8,000.00$ 16,000.00$ 10,500.00$ 21,000.00$ 6,500.00$ 13,000.00$
1.00$ (73.00)$ 2.00$ (146.00)$ 0.79$ (57.67)$ 0.18$ (13.14)$
62,981.50 115,763.10 97,582.25 113,852.61
26.00$ 3,848.00$ 40.00$ 5,920.00$ 39.00$ 5,772.00$ 30.00$ 4,440.00$
3.00$ 228.00$ 4.00$ 304.00$ 3.15$ 239.40$ 4.00$ 304.00$
69.00$ 5,865.00$ 85.00$ 7,225.00$ 71.00$ 6,035.00$ 75.00$ 6,375.00$
14.00$ (182.00)$ 12.00$ (156.00)$ 14.21$ (184.73)$ 14.00$ (182.00)$
0.75$ 115.50$ 1.00$ 154.00$ 0.63$ 97.02$ 0.64$ 98.56$
130.00$ 260.00$ 90.00$ 180.00$ 130.00$ 260.00$ 90.00$ 180.00$
150.00$ 300.00$ 115.00$ 230.00$ 150.00$ 300.00$ 115.00$ 230.00$
0.25$ (3.25)$ 0.60$ (7.80)$ 0.18$ (2.34)$ 0.55$ (7.15)$
4.00$ (32.00)$ 3.00$ (24.00)$ 4.05$ (32.40)$ 3.25$ (26.00)$
10,399.25$ 13,825.20$ 12,483.95$ 11,412.41$
$20,926,918.24 $21,577,109.74 $21,755,975.96 $24,496,255.16
Page 10 of 10 Page 56 of 134
City of Georgetown, Texas
Transportation Advisory Board
February 12, 2016
SUBJECT:
Consideration and possible recommendation to enter into a Participation Agreement with the Williamson
County Conservation Foundation in conjunction with the Southwest Bypass-Wolf Ranch Parkway
Extension Project in the amount of $317,950.00. – Bill Dryden, P.E., Transportation Engineer and Jim
Briggs, General Manager of Utilities.
ITEM SUMMARY:
In May 2015, voters approved the 2015 Road Bond Program (“the Program”) in the amount of $105M. The
first project approved by Council for the Program was the combined construction of the Southwest Bypass
from Leander Road to Wolf Ranch Parkway Extension and Wolf Ranch Parkway Extension from
Southwest Bypass to DB Wood Road (the “Project”). The City engaged the firm HDR, Inc., to provide
professional services to develop Plans, Specifications and Estimate for the Project.
The limits of the Project contains certain types of potentially environmentally sensitive features. These have
been investigated in accordance with the requirements of the Williamson County Regional Habitat
Conservation Plan (RHCP) to determine the extent of the features. Once determined, the City developed a
mitigation plan and submitted the plan to the Williamson County Conservation Foundation (WCCF) for
review, approval and determination of applicable fees, thus allowing the City to proceed with the Project.
The WCCF has determined that the applicable mitigation fees for the Project are in the amount of
$317,950.00. These fees allow the City to clear potential habitat areas and provide certain insurances
against discovery of additional areas during construction. A copy of the Determination Letter is attached,
detailing the costs and method of calculating those costs.
Attached is a copy of the Williamson County RHCP Participation Agreement between the City and the
WCCF in the amount of $317,950.00.
STAFF RECOMMENDATION:
Staff recommends the City enter into a Participation Agreement with the Williamson County Conservation
Foundation in conjunction with the Southwest Bypass-Wolf Ranch Parkway Extension Project in the
amount of $317,950.00.
FINANCIAL IMPACT:
The Project Budgetary Worksheet is attached.
SUBMITTED BY:
Bill Dryden, P.E., Transportation Engineer
ATTACHMENTS:
Description Type
Project Budgetary Worksheet Backup Material
WCCF Determination Letter Backup Material
RHCP - Participation Agreement - 2016-02-01 Backup Material
Page 57 of 134
PROJECT
No.
PROJECT NAME: 1DI DATE:
2/2/2016
Division/Department:Director Approval
Prepared By:Finance Approval La'Ke2/2/19
TOTAL ANNUAL BUDGET 20,500,000.00
(Current year only)
Actual Cost Agenda Total Spent
Encumbrance Item & Encumbered % Annual
(A) before agenda item (B)(A + B) Budget
Consulting 757,500.00 757,500.00 4%
Right of Way 0.00 0%
Construction 18,322,089.58 18,322,089.58 89%
Other Costs (RHCP Agreement)317,950.00 317,950.00 2%
Total Current Year Costs 19,079,589.58 317,950.00 19,397,539.58
Available Construction
GENERAL LEDGER ACCOUNT NUMBER Budget Allocation
120-9-0880-90-091 20,500,000.00 317,950.00
Total Budget 20,500,000.00 317,950.00
TOTAL PROJECT BUDGET 20,500,000.00
(includes all previous yrs)
Prior Years Current Year Total Project % Total
Spent/Encumbered Costs Costs Budget
Consulting 757,500.00 0.00 757,500.00 4%
Right of Way 0.00 0.00 0.00 0%
Construction 0.00 18,322,089.58 18,322,089.58 89%
Other Costs 0.00 317,950.00 317,950.00 2%
Total Project Costs 757,500.00 18,640,039.58 19,397,539.58
Transportation Services
Budgetary and Financial Analysis Worksheet
Comments: 2015 Road Bond Project; "Cash funded" with a future Bond Sales reimbursement.
SW Bypass/Wolf Ranch
Bill Dryden, Transportation Engineer
SW Bypass/Wolf Ranch Prkwy
RHCP Participation Agreement
Page 58 of 134
Page 59 of 134
Page 60 of 134
Page 61 of 134
Page 62 of 134
Page 63 of 134
Page 64 of 134
Page 65 of 134
Page 66 of 134
Page 67 of 134
Page 68 of 134
Page 69 of 134
Page 70 of 134
Page 71 of 134
Page 72 of 134
Page 73 of 134
Page 74 of 134
Page 75 of 134
Page 76 of 134
Page 77 of 134
City of Georgetown, Texas
Transportation Advisory Board
February 12, 2016
SUBJECT:
Consideration and possible recommendation to award a Construction Materials Observation and
Testing Contract to Terracon Consultants, Inc., of Austin, Texas, for materials testing and bridge
construction inspection services for the Southwest Bypass-Wolf Ranch Parkway Extension Project
in the amount of $353,820.00 -- Wesley Wright, P.E., Systems Engineering Director
ITEM SUMMARY:
This task order is for materials testing and bridge inspection services related to the Southwest
Bypass project. Under the proposed scope of work, Terracon will provide specialized inspections
services for earthwork, concrete, reinforcement steel, and asphalt materials.
In addition, Terracon will provide a full-time qualified bridge inspector. This scope will include
observation of drilled piers, oversight of the offsite fabrication plant, and inspection of the entire
bridge construction process.
FINANCIAL IMPACT:
The overall estimated costs for this task order is $353,820 which is just less than 2% of overall
anticipated construction costs. Funding is available from the Southwest Bypass bonds.
SUBMITTED BY:
Wesley Wright
ATTACHMENTS:
Description Type
Terracon Proposal - SW Bypass Backup Material
Page 78 of 134
Page 79 of 134
Page 80 of 134
Page 81 of 134
Page 82 of 134
Page 83 of 134
Page 84 of 134
Page 85 of 134
Page 86 of 134
Page 87 of 134
City of Georgetown, Texas
Transportation Advisory Board
February 12, 2016
SUBJECT:
Consideration and possible recommendation to award an annual Asphalt patching contract to
Guerra Underground of Austin, Tx. to make asphalt patches on City streets and parking areas on
an as needed basis in an amount not to exceed $275,000.00. – Mark Miller, Transportation
Services Manager and Jim Briggs, General Manager of Utilities
ITEM SUMMARY:
Bids were received on December 22, 2015 for annual asphalt patching contract on an as needed
basis. The bid tab consisted of pricing on both “asphalt only” patching and ‘full depth” repairs on
emergency and non-emergency basis. These contracted services will be used “as needed”. Three
companies bid, with Guerra Underground being the low bidder.
The City also performs many patches with in-house crews and equipment. Due to extensive
equipment and labor requirement, street department operators and staff are unavailable to perform
patching when performing fog and chip seals. A patching contract insures timely patching ahead
of and during larger CIP Street maintenance projects.
STAFF RECOMMENDATION:
Staff has never worked directly with Guerra Underground but they have worked satisfactorily as a
sub-contractor performing utility patches as part of the EARZ (Edward Aquifer Recharge Zone)
utility upgrade project. Two other references responded favorably. Based on the references, staff
recommends award of this annual Asphalt Patching Contract to Guerra Underground of Austin,
Tx. In an amount not to exceed $275,000.00.
FINANCIAL IMPACT:
Funds for this expenditure are budgeted in the Street Department Operations:
Fund: Patching Repairs - 100-5-0846-51-515
Budget: $275,000.00
SUBMITTED BY:
Jana Kern for Mark Miller
ATTACHMENTS:
Description Type
Bid Tab Backup Material
Page 88 of 134
Bid Invitation No.:
Division:
Bid Opening Date:
*RECOMMENDED VENDOR - GUERRA UNDERGROUND
ITEM#
Guerra Underground
Austin Tx
Alpha Paving Industries
Round Rock Tx
NON-EMERGENCY ASPHALT PATCHING
1 TOTAL ITEMS 1-3 $15.00 $55.00
EMERGENCY ASPHALT PATCHING
2 TOTAL ITEMS 4-6 $22.50 $90.00
NON-EMERGENCY FULL DEPTH PATCHING
3 TOTAL ITEMS 7-9 $32.00 $75.00
EMERGENCY FULL DEPTH PATCHING
4 TOTAL ITEMS 10-12 $38.00 $110.00
TOTAL $107.50 $330.00
INTIAL TERM: Date of Agreement for one year
RENEWALS: 3 addtitional one year periods
201619 Asphalt Patching
Transportation Department
12/22/2015
Page 89 of 134
Lone Star Paving Austin
Tx
$55.75
$81.75
$128.50
$166.00
$432.00
Page 90 of 134
City of Georgetown, Texas
Transportation Advisory Board
February 12, 2016
SUBJECT:
Consideration and possible recommendation for acceptance of the Airport Project Participation
Agreement for TxDOT CSJ No. 16MPGRGTN, Airport Master Plan Update with a project cost
estimate of $200,000 of which the City cost share is estimated at $20,000. – Russ Volk C.M.,
Airport Manager and Jim Briggs, General Manager of Utilities.
ITEM SUMMARY:
On Dec 8, 2015, the City of Georgetown City Council approved Resolution #120815-C
documenting the City of Georgetown support for an Airport Master Plan Update and authorizing
the Mayor to execute an application for the project. City Council approved up to $25,000 of City
Funds toward the project.
On 28 January 2016, the Texas Transportation Commission voted to approve a TxDOT Aviation
recommended grant for this project for $200,000 of which 90% would be U.S. Government and
State of Texas funds with the City of Georgetown providing the remaining 10%.
$20,000 of City funds for this project were approved in the 2014/15 Budget. These funds are still
available for use on this project. Planned funding source is the Airport Fund.
STAFF RECOMMENDATION
Staff is recommending acceptance of the terms and conditions of this Participation Agreement.
FINANCIAL IMPACT:
Total estimated project cost is $200,000 of which $180,000 is obligation of United States and
$20,000 is Airport Sponsors estimated total project cost.
SUBMITTED BY:
Russ Volk C.M., Airport Manager
ATTACHMENTS:
Description Type
16MPGRGTN Participation Agreement Backup Material
Project 16MPGRGTN City of Georgetown Docs Backup Material
Page 91 of 134
Page 1 of 38
TEXAS DEPARTMENT OF TRANSPORTATION
AIRPORT PROJECT PARTICIPATION AGREEMENT
(Federally Assisted Airport Development Grant)
TxDOT CSJ No.: 16MPGRGTN
TxDOT Project No.: AP GEORGETOWN
Commission Approval: January 28, 2016
DUNS: 089592372
C.F.D.A.:20.106
Part I - Identification of the Project
TO: The City of Georgetown, Texas
FROM: The State of Texas, acting through the Texas Department of Transportation
This Agreement is made and entered into by and between the Texas Department of
Transportation, (hereinafter referred to as the "State"), for and on behalf of the State of Texas, and
the City of Georgetown, Texas, (hereinafter referred to as the "Sponsor").
The Sponsor desires to sponsor a project for the development of a public aviation facility,
known or to be designated as the Airport under the Airport and Airway Improvement Act of 1982,
as repealed and recodified in Title 49 United States Code, Section 47101 et seq., (hereinafter
referred to as "Title 49 U.S.C."), and Rules, Regulations and Procedures promulgated pursuant to;
and under V.T.C.A. Transportation Code, Title 3, Chapters 21-22, et seq. (Vernon and Vernon
Supp).
The project is described as planning services to: update the Master Plan at the Georgetown
Municipal Airport.
The Sponsor applies for federal financial assistance and desires the State to act as the
Sponsor's agent in matters connected with the project described above.
The parties, by this Agreement, do fix their respective responsibilities, with reference to
each other, with reference to the accomplishment of the project and with reference to the United
States.
Pursuant to and for the purpose of carrying out the provisions of Title 49 U.S.C., and in
consideration of (a) the Sponsor's adoption and ratification of the representations and assurances
contained in the Airport Project Participation Agreement and its acceptance of this Offer as
provided, and (b) the benefits to accrue to the United States and the public from the
accomplishment of the project and compliance with the assurances and conditions provided, THE
TEXAS DEPARTMENT OF TRANSPORTATION, FOR AND ON BEHALF OF THE
UNITED STATES, FEDERAL AVIATION ADMINISTRATION (HEREINAFTER
Page 92 of 134
Page 2 of 38
REFERRED TO AS THE "FAA"), OFFERS AND AGREES to pay, as the United States share
of the allowable costs incurred in accomplishing the project, ninety percentum of all allowable
project costs. This grant is made on and subject to the following terms and conditions:
Part II - Offer of Financial Assistance
1. The allowable costs of the project shall not include any costs determined by the State to be
ineligible for consideration as to allowability under Title 49 U.S.C., the V.T.C.A.
Transportation Code, Title 3, Chapters 21-22, et seq., (Vernon and Vernon Supp), and the
Airport Zoning Act, Tex. Loc. Govt. Code Ann. §§ 241.001 et seq. (Vernon and Vernon
Supp).
2. It is estimated that total project costs will be approximately $200,000 (Amount A). It is
further estimated that approximately $200,000 (Amount B) of the project costs will be
eligible for federal financial assistance, and that federal financial assistance will be for
ninety percent (90%) of the eligible project costs. Final determination of federal eligibility
of total project costs will be determined by the State in accordance with federal guidelines
following completion of project.
In the event that federal funds are unavailable, this Agreement shall automatically be voided
and become of no force and effect, except that unexpended or unencumbered moneys
actually deposited by the Sponsor and held with the State for project purposes shall be
returned to the Sponsor.
3. The maximum obligation of the United States payable under this offer shall be $180,000
(Amount C).
This grant should not be construed as block grant funds for the Sponsor, but as a grant for
funding of the scope items as listed on page one of this agreement. It is the intent of the
State to provide funding to complete the approved work items of this grant and not to amend
the scope of work to include items outside of the current determined needs of this project.
Scope of work may be amended as necessary to fulfill the unforeseen needs of this specific
development project within the spirit of the approved scope, subject to the availability of
state, federal, and/or local funds.
4. It is estimated that the Sponsor's share of the total project costs will be $20,000 (Amount D).
The Sponsor specifically agrees that it shall pay any project costs, which exceed the sum of
the federal share (Amount C).
It is further agreed that the Sponsor will reimburse the State for any payment or payments
made by the State in behalf of the Sponsor which are in excess of the federal percentage of
financial participation as stated in Part II-2. The State shall refund to the Sponsor, at the
financial closure of the project, any excess funds provided by the Sponsor.
5. If there is an overrun in the eligible project costs, the State may increase the grant to cover
Page 93 of 134
Page 3 of 38
the amount of overrun not to exceed the statutory twenty-five (25%) percent limitation, and
will advise the Sponsor by amendment of the increase. Upon receipt of the aforementioned
amendment, the maximum obligation of the United States is adjusted to the amount
specified and the Sponsor will remit their share of the increased grant amount. If the sponsor
does not move forward with the planning project, they shall reimburse the state 100% of all
costs under contract and/or expended at the point of notification that the project will not be
completed
Participation in additional federally eligible costs may require approval by the Texas
Transportation Commission. The State will not authorize expenditures in excess of the
dollar amounts identified in this Agreement and any amendments, without the consent of the
Sponsor.
Payment of the United States share of the allowable project costs will be made in
accordance with the provisions of such regulations and procedures as the State and the FAA,
shall prescribe. Final determination of the United States share will be based upon the final
audit of the total amount of allowable project costs and settlement will be made for any
upward or downward adjustments to the Federal share of costs.
6. Sponsor's share of project costs (Amount D) shall be paid initially in cash when requested
by the State. At project closeout, Sponsor will be reimbursed for any credited amounts that
exceed Sponsor's share.
7. Sponsor, by executing this Agreement certifies, and upon request, shall furnish proof to the
State that it has sufficient funds to meet its share of the costs. The Sponsor grants to the
State and federal government the right, upon advance written request during reasonable and
regular business hours, to audit any books and records of the Sponsor to verify said funds.
In addition, the Sponsor shall disclose the source of all funds for the project and its ability to
finance and operate the project.
Following the execution of this Agreement and upon written demand by the State, the
Sponsor's financial obligation (Amount D) shall be due and payable to the State. State may
request the Sponsor's financial obligation in partial payments. Should the Sponsor fail to pay
the obligation, either in whole or in part, within 30 days of written demand, the State may
exercise its rights under Part V-7. Likewise, should the State be unwilling or unable to pay
its obligation in a timely manner, the failure to pay shall be considered a breach and the
Sponsor may exercise any rights and remedies it has at law or equity.
PART III - Sponsor Responsibilities
1. In accepting the Agreement, the Sponsor guarantees that:
a. it will comply with the Attachment A, Certification of Airport Fund, attached and
made a part of this Agreement; and
Page 94 of 134
Page 4 of 38
b. it will comply with the Attachment C, Airport Assurances (3/2014)(State Modified
3/2014), attached and made a part of this Agreement; and
c. it will, in the operation of the facility, comply with all applicable state and federal
laws, rules, regulations, procedures, covenants and assurances required by the State
of Texas or the FAA in connection with the federal grant; and
d. the Airport or navigational facility which is the subject of this Agreement shall be
controlled for a period of at least 20 years, and improvements made or acquired
under this project shall be operated, repaired and maintained in a safe and
serviceable manner for the useful life of said improvements, not to exceed 20 years;
and
e. consistent with safety and security requirements, it shall make the airport or air
navigational facility available to all types, kinds and classes of aeronautical use
without unjust discrimination between such types, kinds and classes and shall
provide adequate public access during the term of this Agreement; and
f. it shall not grant or permit anyone to exercise an exclusive right for the conduct of
aeronautical activity on or about an airport landing area. Aeronautical activities
include, but are not limited to scheduled airline flights, charter flights, flight
instruction, aircraft sales, rental and repair, sale of aviation petroleum products and
aerial applications. The landing area consists of runways or landing strips, taxiways,
parking aprons, roads, airport lighting and navigational aids; and
g. it shall not permit non-aeronautical use of airport facilities, unless noted on an
approved Airport Layout Plan, without prior approval of the State/FAA; and
h. it 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; and
i. it will acquire all property interests identified as needed for the purposes of this
project and comply with all applicable state and federal laws, rules, regulations,
procedures, covenants and assurances required by the State of Texas or the FAA in
connection with the federal grant in the acquisition of such property interests; and
that airport property identified within the scope of this project and Attorney's
Certificate of Airport Property Interests shall be pledged to airport use and shall not
be removed from such use without prior written approval of the State; and
j. the Sponsor shall submit to the State annual statements of airport revenues and
expenses as requested; and
k. all fees collected for the use of an airport or navigational facility constructed with
funds provided under the program shall be reasonable and nondiscriminatory. The
proceeds of such fees shall be used solely for the development, operation and
maintenance of the Sponsor's system of airport(s) or navigational facility(ites).
Page 95 of 134
Page 5 of 38
l. an Airport Fund shall be established by resolution, order or ordinance in the treasury
of the Sponsor, or evidence of the prior creation of an existing airport fund or a
properly executed copy of the resolution, order, or ordinance creating such a fund
shall be submitted to the State. Such fund may be an account within another fund,
but must be accounted for in such a manner that all revenues, expenses, retained
earnings, and balances in the account are discernible from other types of moneys
identified in the fund as a whole. All fees, charges, rents, and money from any
source derived from airport operations must be deposited in said Airport Fund and
shall not be diverted to the general revenue fund or any other revenue fund of the
Sponsor. All expenditures from the Airport Fund shall be solely for airport or airport
system purposes. Sponsor shall be ineligible for a subsequent grant or loan by the
State unless, prior to such subsequent approval of a grant or loan, Sponsor has
complied with the requirements of this subparagraph; and
m. for federally funded projects any revenue from airport property mineral rights be
identified as airport revenue; deposited to the airport fund and used for airport
operations; and
n. the Sponsor shall operate runway lighting at least at low intensity from sunset to
sunrise; and
o. insofar as it is reasonable and within its power, Sponsor shall adopt and enforce
zoning regulations to restrict the height of structures and use of land adjacent to or in
the immediate vicinity of the airport to heights and activities compatible with normal
airport operations as provided in Tex. Loc. Govt. Code Ann. §§ 241.001 et seq.
(Vernon and Vernon Supp.). Sponsor shall also acquire and retain aviation
easements or other property interests in or rights to use of land or airspace, unless
Sponsor can show that acquisition and retention of such interests will be impractical
or will result in undue hardship to Sponsor. Sponsor shall be ineligible for a
subsequent grant or loan by the State unless Sponsor has, prior to such subsequent
approval of a grant or loan, adopted and passed an airport hazard zoning ordinance
or order approved by the State; and
p. it will provide upon request of the State, the engineering or planning consultant, and
the FAA copies of any maps, plans, or reports of the project site, applicable to or
affecting the above project; and
q. after reasonable notice, it will permit the State, the FAA, and any consultants and
contractors associated with this project, access to the project site, and will obtain
permission for the State, the FAA, and consultants and contractors associated with
this project, to enter private property for purposes necessary to this project; and
r. all development of an airport constructed with program funds shall be consistent
with the Airport Layout Plan approved by the State and maintained by the Sponsor.
A reproducible copy of such plan, and all subsequent modifications, shall be filed
with the State for approval; and
Page 96 of 134
Page 6 of 38
s. it shall take all steps, including litigation if necessary, to recover funds spent
fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in
any other manner in any project upon which Federal and State funds have been
expended. For the purposes of this grant agreement, the term "funds" means funds,
however used or disbursed by the Sponsor or Agent that were originally paid
pursuant to this or any other grant agreement. It shall obtain the approval of the
State as to any determination of the amount of such funds. It shall return the
recovered share, including funds recovered by settlement, order or judgment, to the
State. It shall furnish to the State, upon request, all documents and records
pertaining to the determination of the amount of the funds 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 funds shall be approved in advance by the State.
2. The Sponsor certifies to the State that it will have acquired clear title in fee simple to all
property upon which construction work is to be performed, or have acquired a leasehold on
such property for a term of not less than 20 years, prior to the advertisement for bids for
such construction or procurement of facilities that are part of the above project, and within
the time frame of the project, a sufficient interest (easement or otherwise) in any other
property which may be affected by the project.
3. The Sponsor, to the extent of its legal authority to do so, shall save harmless the State, the
State's agents, employees or contractors from all claims and liability due to activities of the
Sponsor, the Sponsor's agents or employees performed under this agreement. The Sponsor,
to the extent of its legal authority to do so, shall also save harmless the State, the State's
agents, employees or contractors from any and all expenses, including attorney fees which
might be incurred by the State in litigation or otherwise resisting the claim or liabilities
which might be imposed on the State as the result of such activities by the Sponsor, the
Sponsor's agents or employees.
4. The Sponsor's acceptance of this Offer and ratification and adoption of the Agreement
incorporated shall be evidenced by execution of this instrument by the Sponsor, and the
Agreement shall comprise a contract, constituting the obligations and rights of the State of
Texas and the Sponsor with respect to the accomplishment of the project and the operation
and maintenance of the airport. Such Agreement shall become effective upon execution of
this instrument and shall remain in full force and effect for a period of at least 20 years.
5. The Sponsor and not the State shall, for all purposes, be the "Sponsor" of the project
identified above as defined in Title 49 U.S.C. Sponsor agrees to assume responsibility for
operation of the facility in compliance with all applicable state and federal requirements
including any statutes, rules, regulations, assurances, procedures or any other directives
before, during and after the completion of this project.
6. The Sponsor shall have on file with the State a current and approved Attorney's Certificate
of Airport Property Interests and Exhibit A property map.
Page 97 of 134
Page 7 of 38
7. The Sponsor shall have on file with the State, Attachment B, Certification Regarding Drug-
Free Workplace Requirements, attached and made part of this agreement.
Part IV- Nomination of the Agent
1. The Sponsor designates the State as the party to apply for, receive and disburse all funds
used, or to be used, in payment of the costs of the project, or in reimbursement to either of
the parties for costs incurred.
2. The State agrees to assume the responsibility to assure that all aspects of the grant are done
in compliance with all applicable state and federal requirements including any statutes,
rules, regulations, assurances, procedures or any other directives, except as otherwise
specifically provided.
3. The State shall, for all purposes in connection with the project identified above, be the
Agent of the Sponsor. The Sponsor grants the State a power of attorney to act as its agent to
perform the following services:
Receiving Disbursing Agent:
a. apply for, accept, receive, and deposit with the State Treasury any and all project
funds granted, allowed, and paid or made available by the State and/or the United
States under Title 49 U.S.C. and congressional appropriation;
b. receive, review, approve and process Sponsor's reimbursement requests for approved
project costs; and
c. pay to the Sponsor, from granted funds, the portion of any approved reasonable and
eligible project costs incurred by the Sponsor that are in excess of the Sponsor's
share.
Paying Agent:
d. receive, review, approve and pay invoices and payment requests for services and
materials supplied in accordance with State executed contracts;
Contracting Agent:
e. advertise for planning services for, but not limited to, the preparation of planning
studies; certify consultant selection procedures; provide notification of contract
award for professional services; and negotiate professional services fees; and
execute, on behalf of the Sponsor, a professional services agreement as related to this
project;
f. administer Disadvantage Business Enterprises (DBE) and/or Historically
Underutilized Business (HUB) Programs in accordance with federal and state
regulations.
Page 98 of 134
Page 8 of 38
Contract Management Agent:
g. exercise such supervision and direction of the project work as the State reasonably
finds appropriate. Where there is an irreconcilable conflict or difference of opinion,
judgment, order or direction between the State and the Sponsor, any engineer,
contractor, or materialman, the State shall issue a written order, which shall prevail
and be controlling;
h. coordinate and review project plans; coordinate and conduct progress and final
inspections.
PART V - Recitals
1. The State and the Sponsor shall obtain an audit as required by federal or state regulations.
2. The Sponsor, and not the State, shall be the contractual party to all construction and
professional service contracts entered into for the accomplishment of this project. The
power of attorney, as granted by the Sponsor to the State in Part IV - Nomination of Agent,
is a limited power to perform acts in connection with airport improvements as specified in or
necessitated by this Agreement.
3. The Sponsor agrees to pursue and enforce contract items, which are required by federal
and/or state regulations, laws and orders to insure satisfactory performance of contract
vendors. Such items include, but are not limited to, bid bonds, payment bonds, and
performance bonds. Pursuit and enforcement of contract items may require litigation and
other remedies of law.
4. The United States and the State of Texas shall not be responsible or liable for damage to
property or injury to persons which may arise from, or be incidental to, compliance with this
grant agreement.
5. This Agreement is executed for the sole benefit of the contracting parties and is not intended
or executed for the direct or incidental benefit of any third party. Furthermore, the State
shall not be a party to any other contract or commitment, which the Sponsor may enter into
or assume, or have entered into or have assumed, in regard to the above project.
6. If the Sponsor fails to comply with the conditions of the grant, the State may, by written
notice to the Sponsor, suspend the grant in whole or in part. The notice of suspension shall
contain the following:
a. The reasons for the suspension and the corrective action necessary to lift the
suspension;
b. A date by which the corrective action must be taken;
c. Notification that consideration will be given to terminating the grant after the
Page 99 of 134
Page 9 of 38
corrective action date.
In the case of suspension or termination, the Sponsor may request the State to reconsider the
suspension or termination. Such request for reconsideration shall be made within 45 days
after receipt of the notice of suspension or termination.
7. This Agreement is subject to the applicable provisions of Title 49 U.S.C., the V.T.C.A.
Transportation Code, Title 3, Chapters 21- 22, et seq., (Vernon and Vernon Supp.), and the
Airport Zoning Act, Tex. Loc. Govt. Code Ann. §§ 241.001 et seq. (Vernon and Vernon
Supp.). Failure to comply with the terms of this Agreement or with the rules and statutes
shall be considered a breach of this contract and will allow the State to pursue the remedies
for breach as stated below.
a. Of primary importance to the State is compliance with the terms and conditions of
this Agreement. If, however, after all reasonable attempts to require compliance
have failed, the State finds that Sponsor is unwilling and/or unable to comply with
any of the terms and conditions of this Agreement, the State may pursue any of the
following remedies: (1) require a refund of any money expended pursuant to the
Agreement, (2) deny Sponsor's future requests for aid, (3) request the Attorney
General to bring suit seeking reimbursement of any money expended on the project
pursuant to the Agreement, provided however, these remedies shall not limit the
State's authority to enforce its rules, regulations or orders as otherwise provided by
law, (4) declare this Agreement null and void, or (5) any other remedy available at
law or in equity.
b. Venue for resolution by a court of competent jurisdiction of any dispute arising
under the terms of this Agreement, or for enforcement of any of the provisions of
this Agreement, is specifically set by Agreement of the parties in Travis County,
Texas.
8. The State reserves the right to amend or withdraw this Agreement at any time prior to
acceptance by the Sponsor. The acceptance period cannot be greater than 30 days after
issuance unless extended by the State, which extension shall not be unreasonably be denied
or delayed.
9. This Agreement constitutes the full and total understanding of the parties concerning their
rights and responsibilities in regard to this project and shall not be modified, amended,
rescinded or revoked unless such modification, amendment, rescission or revocation is
agreed to by both parties in writing and executed by both parties.
10. All commitments by the Sponsor and the State are subject to constitutional and statutory
limitations and restrictions binding upon the Sponsor and the State (including §§ 5 and 7 of
Article 11 of the Texas Constitution, if applicable) and to the availability of funds which
lawfully may be applied.
11. The Sponsor's acceptance of this Agreement and ratification and adoption of the Airport
Project Participation Agreement shall be evidenced by execution of this instrument by the
Page 100 of 134
Page 10 of 38
Sponsor. This Offer and Acceptance shall comprise a Grant Agreement, as provided by the
Title 49 U.S.C., constituting the contractual obligations and rights of the United States, the
State of Texas and the Sponsor with respect to the accomplishment of the Project and
compliance with the assurances and conditions as provided.
12. The state auditor may conduct an audit or investigation of any entity receiving funds from
the state directly under the contract or indirectly through a subcontract under the contract.
Acceptance of funds directly under the contract or indirectly through a subcontract under
this contract acts as acceptance of the authority of the state auditor, under the direction of
the legislative audit committee, to conduct an audit or investigation in connection with those
funds. An entity that is the subject of an audit or investigation must provide the state auditor
with access to any information the state auditor considers relevant to the investigation or
audit.
13. Termination
This agreement may be terminated in the following manner:
♦ by mutual written agreement and consent of both parties;
♦ by either party upon the failure of the other party to fulfill the obligations set forth
herein;
♦ by the State if it determines that the performance of the Project is not in the best interest
of the State.
If the contract is terminated in accordance with the above provisions, the Sponsor will be
responsible for the payment of Project costs incurred by the State on behalf of the Sponsor
up to the time of termination.
A. In the event the State determines that additional funding is required by the Sponsor at any
time during the development of the Project, the State will notify the Sponsor in writing.
The Sponsor will make payment to the State within thirty (30) days from receipt of the
State’s written notification.
B. Upon completion of the Project, the State will perform an audit of the Project costs. Any
funds due to the Sponsor, the State, or the Federal Government will be promptly paid by
the owing party.
C. In the event the Project is not completed, the State may seek reimbursement from the
Sponsor of the expended funds. The Sponsor will remit the required funds to the State
within sixty (60) days from receipt of the State’s notification.
D. The State will not pay interest on any funds provided by the Sponsor.
E. The State will not execute the contract for the construction of the Project until the required
funding has been made available by the Sponsor in accordance with this Agreement.
Page 101 of 134
Page 11 of 38
Part VI - Acceptance of the Sponsor
The City of Georgetown, Texas, does ratify and adopt all statements, representations,
warranties, covenants and agreements constituting the described project and incorporated materials
referred to in the Agreement, and does accept the Offer, and agrees to all of the terms and
conditions of the Agreement.
Executed this day of , 20____.
The City of Georgetown, Texas
Sponsor
Witness Signature Sponsor Signature
Witness Title Sponsor Title
Certificate of Sponsor's Attorney
I, , acting as attorney for ,
Texas, do certify that I have fully examined the Agreement and the proceedings taken by the
Sponsor relating, and find that the manner of acceptance and execution, of the Agreement by the
Sponsor, is in accordance with the laws of the State of Texas.
Dated at , Texas, this day of , 20___.
__________________________________ _____________________________
Witness Signature Attorney Signature
Witness Title
Page 102 of 134
Page 12 of 38
Part VII - Acceptance of the State
Executed by and approved for the Texas Transportation Commission for the purpose and effect of
activating and/or carrying out the orders, established policies or work programs and grants
heretofore approved and authorized by the Texas Transportation Commission.
STATE OF TEXAS
TEXAS DEPARTMENT OF TRANSPORTATION
By:_______________________________________
Date:_____________________________________
Page 103 of 134
Page 13 of 38
ATTACHMENT A
CERTIFICATION OF AIRPORT FUND
The Sponsor does certify that an Airport Fund has been established for the Sponsor, and that all
fees, charges, rents, and money from any source derived from airport operations will be deposited
for the benefit of the Airport Fund and will not be diverted for other general revenue fund
expenditures or any other special fund of the Sponsor and that all expenditures from the Fund will
be solely for airport purposes. Such fund may be an account as part of another fund, but must be
accounted for in such a manner that all revenues, expenses, retained earnings, and balances in the
account are discernible from other types of moneys identified in the fund as a whole.
The City of Georgetown, Texas
(Sponsor)
By:________________________________
Title:_______________________________
Date:
Page 104 of 134
Page 14 of 38
ATTACHMENT B
CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS
A. The grantee certifies that it will or will continue to provide a drug-free workplace by:
(a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession,
or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken
against employees for violation of such prohibition:
(b) Establishing an ongoing drug-free awareness program to inform employees about-
(1) The dangers of drug abuse in the workplace;
(2) The grantee's policy of maintaining a drug-free workplace;
(3) Any available drug counseling, rehabilitation, and employee assistance programs; and
(4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;
(c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of
the statement required by paragraph (a);
(d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the
grant, the employee will-
(1) Abide by the terms of the statement; and
(2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in
the workplace no later than five calendar days after such conviction;
(e) Notifying the agency in writing, within ten calendar days after receiving notice under paragraph (d)(2) from an
employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide
notice, including position title, to every grant officer or other designee on whose grant activity the convicted
employee was working, unless the Federal agency has designated a central point for the receipt of such notices.
Notices shall include the identification number(s) of each affected grant;
(f) Taking one of the following actions, within 30 calendar days of receiving notice under paragraph (d)(2), with
respect to any employee who is so convicted-
(1) Taking appropriate personnel action against such an employee, up to and including termination, consistent
with the requirements of the Rehabilitation Act of 1973, as amended; or
(2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program
approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate
agency;
(g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs
(a), (b), (c), (d), (e), and (f),
B. The grantee may insert in the space provided below the site(s) for the performance of work done in connection with
the specific grant:
Place of Performance (Street address, city, county, state, zip code)
__________________________________________________________
__________________________________________________________
Check ____ if there are workplaces on file that are not identified here.
Signed: _______________________________________ Dated: ____________________
____________________________________________________________________________
Typed Name and Title of Sponsor Representative
Page 105 of 134
Page 15 of 38
ATTACHMENT C 3-2014
ASSURANCES
Airport Sponsors
A. General.
1. These assurances shall be complied with in the performance of grant agreements for airport
development, airport planning, and noise compatibility program grants for airport sponsors.
2. These assurances are required to be submitted as part of the project application by sponsors requesting
funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term "public
agency sponsor" means a public agency with control of a public-use airport; the term "private sponsor"
means a private owner of a public-use airport; and the term "sponsor" includes both public agency sponsors
and private sponsors.
3. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become
part of this grant agreement.
B. Duration and Applicability.
1. Airport development or Noise Compatibility Program Projects Undertaken by a
Public Agency Sponsor.
The terms, conditions and assurances of 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 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
Page 106 of 134
Page 16 of 38
for this project including but not limited to the following:
Federal Legislation
a. Title 49, U.S.C., subtitle VII, as amended.
b. Davis-Bacon Act - 40 U.S.C. 276(a), et seq.1
c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act – 5
U.S.C. 1501, et seq.2
e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of
1970 Title 42 U.S.C. 4601, et seq.1 2
f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f).1
g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through
469c.1
h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et 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.1
l. 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 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);
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.1
s. Power plant and Industrial Fuel Use Act of 1978 - Section 403- 2 U.S.C. 8373.1
t. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq.1
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.1
w. Wild and Scenic Rivers Act, P.L. 90-542, as amended. x. Single Audit
Act of 1984 - 31 U.S.C. 7501, et seq.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 Opportunity1
b. Executive Order 11990 - Protection of Wetlands
c. Executive Order 11998 – Flood Plain Management
d. Executive Order 12372 - Intergovernmental Review of Federal Programs
e. Executive Order 12699 - Seismic Safety of Federal and Federally Assisted New
Building Construction1
a. Executive Order 12898 - Environmental Justice
Page 107 of 134
Page 17 of 38
Federal Regulations
a. 2 CFR Part 180 - OMB Guidelines 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].4, 5, 6
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.1
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.1
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).1
k. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity,
Department of Labor (Federal and federally assisted contracting requirements).1
l. 49 CFR Part 18 - Uniform administrative requirements for grants and cooperative
agreements to state and local governments.3
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.1 2
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.1
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.
Page 108 of 134
Page 18 of 38
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.
2 These laws do not apply to private sponsors.
3 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.
4 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.
5 Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for
determining the eligibility of specific types of expenses.
6 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:
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.
Page 109 of 134
Page 19 of 38
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.
a. 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.
b. For noise compatibility program projects to be carried out on the property of the sponsor, it holds good
title satisfactory to the Secretary to that portion of the property upon which Federal funds will be expended
or will give assurance to the Secretary that good title will be obtained.
5. Preserving Rights and Powers.
a. It will not take or permit any action which would operate to deprive it of any of
the rights and powers necessary to perform any or all of the terms, conditions, and assurances in 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.
c. For all noise compatibility program projects which are to be carried out by another unit of local
government or are on property owned by a unit of local government other than the sponsor, it will enter into
an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall
obligate that government to the same terms, conditions, and assurances that would be applicable to it if it
applied directly to the FAA for a grant to undertake the noise compatibility program project. That
agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this
agreement against
the local government if there is substantial non-compliance with the terms of the agreement.
d. For noise compatibility program projects to be carried out on privately owned property, it will enter
into an agreement with the owner of that property which includes provisions specified by the Secretary.
It will take steps to enforce this agreement against the property owner whenever there is substantial
non- compliance with the terms of the agreement.
e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the
airport will continue to function as a public-use airport in accordance with these assurances for the duration
of these assurances.
f. If an arrangement is made for management and operation of the airport by any agency
or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights
and authority to insure that the airport will be operated and maintained in accordance Title 49, United
States Code, the regulations and the terms, conditions and assurances in this grant agreement and shall
insure that such arrangement also requires compliance therewith.
Page 110 of 134
Page 20 of 38
g. 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 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
Page 111 of 134
Page 21 of 38
airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft.
13. Accounting System, Audit, and Record Keeping Requirements.
a. 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.
b. It shall make available to the Secretary and the Comptroller General of the United States, or any of their
duly authorized representatives, for the purpose of audit and examination, any books, documents, papers,
and records of the recipient that are pertinent to 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 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,
Page 112 of 134
Page 22 of 38
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.
a. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than
facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable
condition and in accordance with
the minimum standards as may be required or prescribed by applicable Federal,
Page 113 of 134
Page 23 of 38
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 temporar y
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
Page 114 of 134
Page 24 of 38
to engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will
insert and enforce provisions requiring the contractor to-
1) furnish said services on a reasonable, and not unjustly discriminatory, basis to all users thereof, and
2) charge reasonable, and not unjustly discriminatory, prices for each unit or service, provided that the
contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar
types of price reductions to volume purchasers.
c. Each fixed-based operator at the airport shall be subject to the same rates, fees, rentals, and other
charges as are uniformly applicable to all other fixed-based operators making the same or similar uses of
such airport and utilizing the same or similar facilities.
d. Each air carrier using such airport shall have the right to service itself or to use
any fixed-based operator that is authorized or permitted by the airport to serve any air carrier at such airport.
e. Each air carrier using such airport (whether as a tenant, 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.
f. It will not exercise or grant any right or privilege which operates to prevent any person,
firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with
its own employees [including, but not limited to maintenance, repair, and fueling] that it may choose to
perform.
g. In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the
services involved will be provided on the same conditions as would apply to the furnishing of such services
by commercial aeronautical service providers authorized by the sponsor under these provisions.
h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be met by
all users of the airport as may be necessary for the safe and efficient operation of the airport.
i. The sponsor may prohibit or limit any given type, kind or class of aeronautical
use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the
civil aviation needs of the public.
Page 115 of 134
Page 25 of 38
23. Exclusive Rights.
It will permit no exclusive right for the use of the airport by any person providing, or intending to provide,
aeronautical services to the public. For purposes of this paragraph, the providing of the services at an
airport by a single fixed-based operator shall not be construed as an exclusive right if both of the following
apply:
a. It would be unreasonably costly, burdensome, or impractical for more than one fixed-based operator
to provide such services, and
b. If allowing more than one fixed-based operator to provide such services would require the reduction of
space leased pursuant to an existing agreement between such single fixed-based operator and such airport. It
further agrees that it will not, either directly or indirectly, grant or permit any person, firm, or corporation,
the exclusive right at the airport to conduct any aeronautical activities, including, but not limited to charter
flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and
surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or
not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of
aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft
can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an
aeronautical activity now existing at such an airport before the grant of any assistance under Title 49,
United States Code.
24. Fee and Rental Structure.
It will maintain a fee and rental structure for the facilities and services at the airport which will make the
airport as self-sustaining as possible under the circumstances existing at the particular airport, taking into
account such factors as the volume of traffic and economy of collection. No part of the Federal share of
an airport development, airport planning or noise compatibility project for which a grant is made under
Title 49, United States Code, the Airport and Airway Improvement Act
of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in
the rate basis in establishing fees, rates, and charges for users of that airport.
25. Airport Revenues.
a. All revenues generated by the airport and any local taxes on aviation fuel established after December
30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or
other local facilities which are owned or operated by the owner or operator of the airport and which are
directly and substantially related to the actual air transportation of passengers or property; or for noise
mitigation purposes on or off the airport. 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.
Page 116 of 134
Page 26 of 38
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.
b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that
the audit will review, and the resulting audit report will provide an opinion concerning, the use of airport
revenue and taxes in paragraph (a), and indicating whether funds paid or transferred to the owner or
operator are paid or transferred in a manner consistent with Title 49, United States Code and any other
applicable provision of law, including any regulation promulgated by the Secretary or Administrator.
c. Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance
with the provisions of Section 47107 of Title 49, United States Code.
26. Reports and Inspections.
It will:
a. submit to the Secretary such annual or special financial and operations reports as the Secretary may
reasonably request and make such reports available to the public; make available to the public at
reasonable times and places a report of the airport budget in a format prescribed by the Secretary;
b. for airport development projects, make the airport and all airport records and documents affecting
the airport, including deeds, leases, operation and use agreements, regulations and other instruments,
available for inspection by any duly authorized agent of the Secretary upon reasonable request;
c. for noise compatibility program projects, make records and documents relating to the project and
continued compliance with the terms, conditions, and assurances
of 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
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. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or
b. The total number of movements (counting each landing as a movement) of Government aircraft is 300
or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of
Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds.
Page 117 of 134
Page 27 of 38
28. Land for Federal Facilities.
It will furnish without cost to the Federal Government for use in connection with any air traffic control or
air navigation activities, or weather-reporting and communication activities related to air traffic control, any
areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers
necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities
for such purposes. Such areas or any portion thereof will be made available as provided herein within four
months after receipt of a written request from the Secretary.
29. Airport Layout Plan.
a. It will keep up to date at all times an airport layout plan of the airport showing
1) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite
areas owned or controlled by the sponsor for airport purposes and proposed additions thereto;
2) the location and nature of all existing and proposed airport facilities and structures (such as runways,
taxiways, aprons, terminal buildings, hangars and 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.
b. If a change or alteration in the airport or the facilities is made which the Secretary determines adversely
affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the
airport and which is not in conformity with the airport layout plan as approved by the Secretary, the owner
or operator will, if requested, by the Secretary (1) eliminate such adverse effect in a manner approved by the
Secretary; or (2) bear all costs of relocating such
property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such
property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing
before the unapproved change in the airport or its facilities 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
Page 118 of 134
Page 28 of 38
sponsor’s program or activities, these requirements extend to all of the 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.
Page 119 of 134
Page 29 of 38
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
Page 120 of 134
Page 30 of 38
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
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.
f. 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.
a. 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.
b. 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
Page 121 of 134
Page 31 of 38
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 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.
d. 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 IX of the Federal Property and Administrative Services
Act of 1949 or an equivalent qualifications-based requirement prescribed for or by the sponsor of the
airport.
33. Foreign Market Restrictions.
It will not allow funds provided under this grant to be used to fund any project which uses any product or
service of a foreign country during the period in which such foreign country is listed by the United States
Trade Representative as denying fair and equitable market opportunities for products and suppliers of the
United States in procurement and construction.
34. Policies, Standards, and Specifications.
It will carry out the project in accordance with policies, standards, and specifications approved by the
Secretary including but not limited to the advisory circulars listed in
the Current FAA Advisory Circulars for AIP projects, dated 3/2014 (the latest
approved version as of this grant offer) and included in this grant, and in accordance
Page 122 of 134
Page 32 of 38
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 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.
Page 123 of 134
Page 33 of 38
39. Competitive Access.
a. 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.
b. 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.
Page 124 of 134
Page 34 of 38
Current FAA Advisory Circulars Required for Use in AIP
Funded and PFC Approved Projects
Updated: 2/11/2015
View the most current versions of these ACs and any associated changes at:
http://www.faa.gov/airports/resources/advisory_circulars
NUMBER
TITLE
70/7460-1K
Obstruction Marking and Lighting
150/5020-1
Noise Control and Compatibility Planning for Airports
150/5070-6B
Change 2
Airport Master Plans
150/5070-7
Change 1
The Airport System Planning Process
150/5100-13B
Development of State Standards for Nonprimary Airports
150/5200-28D
Notices to Airmen (NOTAMS) for Airport Operators
150/5200-30C
Change 1
Airport Winter Safety And Operations
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
150/5210-18A
Systems for Interactive Training of Airport Personnel
Page 125 of 134
Page 35 of 38
NUMBER
TITLE
150/5210-19A
Driver's Enhanced Vision System (DEVS) Ground Vehicle Operations on Airports
150/5220-10E
Guide Specification for Aircraft Rescue and Fire Fighting (ARFF) Vehicles
150/5220-16D
Automated Weather Observing Systems (AWOS) for Non-Federal Applications
150/5220-17B
Aircraft Rescue and Fire Fighting (ARFF) Training Facilities
150/5220-18A
Buildings for Storage and Maintenance of Airport Snow and Ice Control
Equipment and Materials
150/5220-20A
Airport Snow and Ice Control Equipment
150/5220-21C
Aircraft Boarding Equipment
150/5220-22B
Engineered Materials Arresting Systems (EMAS) for Aircraft Overruns
150/5220-23
Frangible Connections
150/5220-24
Foreign Object Debris Detection Equipment
150/5220-25
Airport Avian Radar Systems
150/5220-26
Change 1
Airport Ground Vehicle Automatic Dependent Surveillance - Broadcast (ADS-B)
Out Squitter Equipment
150/5300-7B
FAA Policy on Facility Relocations Occasioned by Airport Improvements of
Changes
150/5300-13A
Change 1
Airport Design
150/5300-14C
Design of Aircraft Deicing Facilities
150/5300-16A
General Guidance and Specifications for Aeronautical Surveys: Establishment of
Geodetic Control and Submission to the National Geodetic Survey
150/5300-17C
Standards for Using Remote Sensing Technologies in Airport Surveys
150/5300-18B
Change 1
General Guidance and Specifications for Submission of Aeronautical Surveys to
NGS: Field Data Collection and Geographic Information System (GIS) Standards
150/5320-5D
Airport Drainage Design
150/5320-6E
Airport Pavement Design and Evaluation
150/5320-12C
Changes 1-8
Measurement, Construction, and Maintenance of Skid Resistant Airport
Pavement Surfaces
Page 126 of 134
Page 36 of 38
NUMBER
TITLE
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
150/5340-1L
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
150/5340-30H
Design and Installation Details for Airport Visual Aids
150/5345-3G
Specification for L-821, Panels for the Control of Airport Lighting
150/5345-5B
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
150/5345-42G
Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and
Accessories
150/5345-43G
Specification for Obstruction Lighting Equipment
150/5345-44J
Specification for Runway and Taxiway Signs
150/5345-45C
Low-Impact Resistant (LIR) Structures
150/5345-46D
Specification for Runway and Taxiway Light Fixtures
Page 127 of 134
Page 37 of 38
NUMBER
TITLE
150/5345-47C
Specification for Series to Series Isolation Transformers for Airport Lighting
Systems
150/5345-49C
Specification L-854, Radio Control Equipment
150/5345-50B
Specification for Portable Runway and Taxiway Lights
150/5345-51B
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
150/5360-14
Access to Airports By Individuals With Disabilities
150/5370-2F
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
150/5380-7B
Airport Pavement Management Program
150/5380-9
Guidelines and Procedures for Measuring Airfield Pavement Roughness
150/5390-2C
Heliport Design
150/5395-1A
Seaplane Bases
Page 128 of 134
Page 38 of 38
THE FOLLOWING ADDITIONAL APPLY TO AIP PROJECTS ONLY
Updated: 3/7/2014
NUMBER
TITLE
150/5100-14E
Architectural, Engineering, and Planning Consultant Services for Airport Grant
Projects
150/5100-17
Changes 1 - 6
Land Acquisition and Relocation Assistance for Airport Improvement Program
Assisted Projects
150/5300-9B
Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects
150/5300-15A
Use of Value Engineering for Engineering Design of Airports Grant Projects
150/5320-17A
Airfield Pavement Surface Evaluation and Rating (PASER) Manuals
150/5370-6D
Construction Progress and Inspection Report – Airport Improvement Program
(AIP)
150/5370-12A
Quality Control of Construction for Airport Grant Projects
Page 129 of 134
Page 130 of 134
Page 131 of 134
Page 132 of 134
Page 133 of 134
Page 134 of 134