Loading...
HomeMy WebLinkAboutElizabeth Field - Pavement Evaluation Study001(C-Alrl Calocerinas & Spina Engineers, P.C. June 17, 1992 Mr. R. Philip Knauff, Manager Fisher Island Ferry District Post Office Box H Fisher Island, New York 06390 ItImm JUN 2 41992 Re: Elizabeth Field - Fisher's Island Airport Pavement Evaluation Study AIP Project No. 3-36-0029-05-91 NYSDOT Project No. 0913.05 File: 211.005 Dear Mr. Knauff: Enclosed is one copy of the Final Report for the Elizabeth Field - Fisher's Island Pavement Evaluation Study: By copy of this letter we are also submitting copies of the report to the Federal Aviation Administration and New York State Department of Transportation. If you have any questions or if additional information is required, please do not hesitate to contact our office. JWL:kal Enclosures cc: Mr. Philip Brito (w/encl) Mr. Robert Michaud (w/encl) Mr. James Kuzloski (w/encl) Mr. Scott Harris (w/encl) Mrs. Judith Terry (w/encl) Very trulyyours, C OCERINOS & �t�jq s W. Lean P Engineer '1020 Seventh North Street, Liverpool, NY 13088-6199 (315) 457-6711 FAX (315) 457-9803 Mi OCT 81 FXCELSIOF ,. 5Q- STATE OF NEW YORK DEPARTMENT OF TRANSPORTATION VETERANS MEMORIAL HIGHWAY HAUPPAUGE, N.Y. 11788 JAMES A. KU"I_LOSKI FRANKLIN E. WHITE REGIONAL DIRECTOR COMMISSIONER October 5, 1992 Honorable Scott Harris, Supervisor Town of Southold Town Hall, Main Road Southold, NY 11971 Dear Mr. Harris: Executived Aviation Grant Agreement Elizabeth Field Airport Pavement Evaluation Engineering Services for Installation of MIRL System PIN 091304/K550285 Attached for your information/file is a copy of the fully executed aviation grant agreement for the above -reference project. Very truly yours, JOHN A. FALOTICO Planning & Program Management Director Enc. AN EQUAL OPPORTUNITY/AFFIRMATIVE ACTION EMPLOYER NEW YORK STATE DEPARTMENT OF TRANSPORTATION AVIATION TRANSPORTATION INFRASTRUCTURE RENEWAL PROJECT GRANT AGREEMENT (STUDY) Project No. 0913.04 Contract No. \� � E-> This Agreement made this lst day of October , 19 90 by and between the people of the State of New York, (hereinafter referred to as the "State") acting by and through its Commissioner of Transportation (hereinafter referred to as the "Commissioner"), whose office is in the Administration and Engineering Building, 1220 Washington Avenue, Governor Harriman State Campus, City and County of Albany, New York, and the Town of Southold with offices at Southold, NY , (hereinafter referred to as the "Grantee") WHEREAS, Section 14-h of the Transportation Law, and Article 17 of the Transportation Law known as the Implementation of the Rebuild New York Through Transportation Infrastructure Renewal Bond Act of 1983, authorizes the Commissioner to provide for the accomplishment of Municipal Transportation Infrastruc- ture Renewal Projects pursuant to an agreement with a Grantee and WHEREAS, the Grantee has made application to the Commissioner for State aid for the accomplishment of a Transportation Infrastructure Project, (hereinafter referred to as the "Project"), which Project is describ- ed in Article 3 below, and WHEREAS, the Grantee has applied for and secured available Federal Assistance for the Project, with the approval of the Commissioner, and WHEREAS, the Project has been approved by the Commissioner and found to be consistent with sound transportation development policy and planning concepts and eligible for State participation, and Now, therefore, in consideration of the mutual covenants hereinafter set forth, the parties hereto agree as follows: Article 1.. Purpose of Agreement — The purpose of this Agreement is to provide for the undertaking of an Airport Transportation Infrastructure Renewal Project (herein called the "Project"), with State financial assistance to the Grantee in the form of a grant agreement (herein called the "Grant") to determine the location, extent and cost of any future improvements to meet the present and future demands for aviation services at the Elizabeth Field Airport , pursuant to the Rebuild New York Through Transportation Infrastructure Bond Act of 1983 and to state the terms and conditions upon which such assistance will be provided and the mutual understandings and agreements of the parties as to the manner in which the Project will be undertaken and completed. Article 2. Documents Forming the Agreement — The agreement shall consist of this document and the following attachments which are hereby made a part of this Agreement as if set forth fully herein: Addendum No. 1, Schedule I, and Appendix A. Article 3. The Project — The Grantee agrees to undertake and complete the Project substantially as described in its application heretofore filed with and approved by the Commissioner, a copy of which is hereby made part of this Agreement by reference, and in accordance with the Request for Aid, made to the Federal Aviation Administration, a copy of which is hereby made part of this Agreement by reference, and in accor- dance with the terms and conditions of this Agreement. The Project is described as follows. CONDUCT PAVEMENT EVALUATION STUDY FOR RWs 12-30 AND 7-25; DESIGN SERVICES FOR THE INSTALLATION OF A:! MIRL SYSTEM ON RW 12-30, ROTATING --T7R ,C=T BEACON, LIGHTED ELECTRICAL VAULT .0D AIRFIELD PILOT CONTROL SYSTEM. This work is more particularly described and detailed in the plans, programs and schedules approved or to be approved by the Commissioner. DV5-1c (1/89) Article 4. The Grant — The Commissioner hereby determines that the estimated regsonable cost of this Project is $122,091 Subject to the Grantee compliance'with the terms and conditions of this Agreement, the Commissioner agrees to pay the Grantee, as hereinafter provided, not more than $ 9,157 or 75076 of the non -Federal share of the project cost whichever is less. The Grantee agrees to apply for additional Federal assistance which may become available for the Project, subject to such conditions as the Commissioner may require in order to maximize the amounts of Federal assistance received or to be received for all projects in the State of New York. In the event that Federal assistance which was not included in the foregoing calculation of the State payment becomes available to the Grantee, the amount of State payment shall be recalculated with the inclusion of such additional Federal assistance and the Grantee shall either (a) pay to the State the amount by which the State payment actually made -exceeds the State payment determined by the recalculation or (b) if such additional Federal assistance has not been received by the Grantee, authorize the State to receive such amount from the Federal government and to retain an appropriate amount thereof. The Grantee shall provide for the payment of the remainder of the actual total cost of the Project. Article 5. Commencement of Work and Use and Sale of Project Facilities — The Grantee agrees to undertake and proceed with the project within 6 months of the date of this agreement and to complete the project in accordance with the schedules, proposals, plans, and programs as approved by the Commissioner. Where the Project results in the establishment of an airport or otherwise affects development of an existing airport, the following shall apply: The Grantee will operate the airport as such for the use and benefit of the public. In furtherance of this covenant (but without limiting its general applicability and effect), the Grantee specifically agrees that it will keep the airport open to all types, kinds, and classes of aeronautical use without discrimination between such types, kinds, and classes, provided, that the Grantee may establish such fair, equal and not unjustly discriminatory conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport; and provided further that the Grantee may prohibit or limit any given type, kind, or class 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. The Grantee will not grant or permit any exclusive right for the use of the airport, and will otherwise comply with all applicable laws. In furtherance of this covenant (but without limiting its general applicability and effect), the Grantee specifically agrees that, unless authorized by the Commissioner, it will not, either directly or indirectly, grant or permit any person, firm, or corporation the exclusive right for the conduct of any aeronautical activities on the airport, 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. The Grantee agrees that it will operate the airport for the use and benefit of the public, on fair and reasonable terms, and without unjust discrimination. In furtherance of this covenant (but without limiting its general applicability and effect, the Grantee specifically covenants and agrees: a. That in its operation and the operation of all facilities on the airport, neither it not any person or organization occupying space or facilities thereon will discriminate against any person or class of persons by reason of race, creed, sex, color, or national origin in the use of any facilities provided for the public on the airport. b. That 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 render to the public any service (including the furnishing or sale of any aeronautical parts, materials, or supplies) essential to the operation of aircraft at the airport, the Grantee will insert and enforce provisions requiring the contractor: (1) to furnish said service on a fair, equal, and not unjustly discriminatory basis to all users thereof. and (2) To charge fair, 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. That it will not exercise or grant any right or privilege which would operate 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 and repair) that it may choose to perform. d. In the event the Grantee itself exercises any of the rights and privileges referred to in subsection b, the services involved will be provided on the same conditions as would apply to the furnishing of such services by contractors or concessionaries of the Grantee under the provisions of such subsection b. Nothing contained herein shall be construed to prohibit the granting or exercise of any exclusive right for the furnishing of nonaviation products and supplies or any service of a nonaeronautical nature or to obligate the Grantee to furnish any particular nonaeronautical service at the Airport. DV5-2b (1/89) The Grantee will operate and maintain in a safe and serviceable condition the airport and all facilities thereon and connected therewith which are necessary to service the aeronautical users of the airport other than facilities owned or controlled by the United States, and will not permit any activity thereon which would interfere with its use for airport purposes. Provided, that nothing contained herein shall be construed to require that the airport be operated for aeronautical uses during temporary periods when snow, flood, or other climatic conditions which would interfere with such operation and maintenance, and provided further, that 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 Grantee. Insofar as it is within its power and reasonable possible, the Grantee will, either by the acquisition and retention of the easements or other interests in or rights for the use of land or airspace or by the adoption and enforcement of zoning regulations, prevent the construction, erection, alteration, or growth of any structure, tree, or other object in the approach areas of the runways of the Airport, which would constitute an obstruction to air navigation according to the criteria or standards applicable according to the currently approved airport layout plan. In addition, the Grantee will not erect or permit the erection of any permanent structure or facility which would interfere materially with the use, operation, or future development of the airport, in any portion of a runway approach area in which the Grantee has acquired, or may hereafter acquire, property interests permitting it to so control the use made of the surface of the land. All facilities of the airport developed with State aid and all those usable for the landing and taking off of aircraft, will be available to State Aircraft at all times, without charge. The Grantee shall submit to the Commissioner, at such time as he may require, such financial statements, operating information and other data as may be deemed necessary by the Commissioner to assure compliance with this Article and to prepare his annual report on the scope and results of the Project. The airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, and other instruments, will be made available for inspection by any duly authorized representative of the Commissioner upon reasonable request. The Grantee will furnish to the Commission upon request, a true copy of any such document. The Grantee will not enter into any transaction which would operate to deprive it of any of the rights and powers necessary to perform any or all of the covenants made herein, unless by such transaction the obligation to perform all such covenants is assumed by another public agency found by the Commissioner to be eligible to assume such obligations and having the power, authority, and financial resources to carry out all such obliga- tions. If an arrangement is made for management or operation of the airport by any agency or person other than the Grantee or an employee of the Grantee, the Grantee will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance with these covenants. The Grantee will keep up-to-date at all times an airport layout plan of the airport showing (1) the boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the Grantee for airport purposes, and proposed additions thereto; (2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars, and roads) including all proposed extensions and reductions of existing airport facilities; and (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon. Such airport layout plan, and each amendment, revision or modification thereof, shall be subject to the approval of the Commissioner which approval shall be evidenced by the signature of a duly authorized representative of the Commissioner on the face of the layout plan. The Grantee will not make or permit the making of any changes or alterations in the airport or any of its facilities other than in conformity with the airport layout plan as so approved by the Commissioner if such changes or alterations might affect the safety, utility, or efficiency of the airport. Insofar as is within its power and to the extent reasonable, the Grantee will take action 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. Article 6. Accomplishments of the Project — a. Pursuant to Federal, State and Local Law. In the event that any election, referendum, approval, permit, notice, or other proceedings or authorization is requisite under applicable law to enable the Grantee to enter into this Agreement or to undertake the Project hereunder, or to observe, assume, or carry out any of the provisions of this Agreement, the Grantee will initiate and consummate, as provided by law, all actions necessary with respect to any such matters so requisite. b. Funds of the Grantee. The Grantee shall initiate and prosecute to completion all proceedings necessary to enable the Grantee to provide it share of actual total cost of the Project, as provided in Article 4 of this Agreement, or on prior to the time that such funds are needed to meet Project cost. DV5-3b (1/89) c. Submission of Proceedings, Contract and Other Documents. The Grantee shall submit to the Commissioner and the State Comptroller such data, reports, records, contract and other documents relating to the Project as the Commissioner and the State Comptroller may require. Article 7. The Project Budget. A Project budget shall be prepared and maintained by the Grantee. The Grantee shall carry out the Project and shall incur obligations only in conformity with the latest approved Project budget, and within the "Estimated Total Cost" of the Project. Article 8. Accounting Records — a. Establishment and Maintenance of Accounting Record. The Grantee shall establish and maintain for the Project, in accordance with requirements established by the Commissioner and approved by the State Comptroller, separate accounts within its existing accounting system or set up independently, to be known as the project account. The Grantee shall segregate and group project costs so that it can furnish on due notice, cost information in the cost classifications required by the Commissioner. b. Funds Received or Made Available for the Project. The Grantee shall record in the project account, as they are received all grant payments received from the Federal Government on account of the Project. The Grantee shall record in the project account such funds as it may allocate for payment of its share of the actual cost of the project. The Grantee shall advise the Commissioner monthly in writing of the amounts recorded in the project account or at such times as the Commissioner may prescribe. The Commissioner or the State Comptroller may audit the project account at such time as the Commissioner or the State Comptroller may require. c. Costs Incurred for the Project. The Grantee shall charge to the project account all eligible costs of the project. Costs in excess of the latest approved budget or attributable to actions which have not received the required approval of the Commissioner and the Legislature shall not be considered eligible costs. In specific cases where it is impractical to determine precise costs of certain indirect or service functions, eligible costs will include such allowances for these costs as may be approved by the Commissioner and the Comptroller. Such approval will be based upon an audit determination that the amounts reimbursed will not exceed actual cost. To be an allowable Project cost, for the purposes of computing the amount of a grant, an item that is paid or incurred must, in the opinion of the Commissioner: (1) Have been necessary to execute the Project in accordance with the approved schedules, proposals, plans and progress in accordance with the terms of the grant agreement for the project; (2) Be reasonable in amount; (3) Have been incurred after the effective date of the Grant Agreement, except for those costs incurred to apply for Federal funds; (4) Be supported by satisfactory evidence. d. Documentation of Project Costs. All costs charged to the project account including any approved services contributed by the Grantee or others, shall be supported by properly executed payrolls, time records, invoices, contracts, or vouchers evidencing in proper detail the nature and propriety of the charges, in accor- dance with the rules and regulations of the Commissioner as approved by the State Comptroller. e. Checks, Orders and Vouchers. Any check or order drawn by the Grantee with respect to any items which is or will be chargeable against the project account will be drawn only in accordance with a properly signed vouchers then on file in the office of the Grantee stating in proper detail the purpose for which such check or order is drawn. All checks, payrolls, invoices, contracts, vouchers, orders, or other accounting documents pertaining in whole or in part to the Project shall be clearly identified, readily accessible, and, to the extent feasible, kept separate and apart from all other such documents. f. Reports. The Grantee shall prepare an interim report at the end of its fiscal year accounting for the expenditures of the funds of the State, the Grantee, any Federal agency, and any other source with respect to the project. g. Retention of Records. The Grantee shall retain all required records for at least 3 years following the receipt of final payment. In the event that any litigation claim, or audit is started before the expiration of the three year retention period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved but in no event less than three years. DV54b (1/89) Article 9. Requisitions and Payments a. Interim progress payments shall be made upon request by the Grantee to the Commissioner under the following conditions: (1) Such requests for reimbursement of the State's share of authorized project costs shall be made on a regular periodic basis, but no more frequently than once each month. (2) Such request vouchers shall be in a summary form and the documents supporting such costs incurred by the Grantee shall be maintained in a secure manner by the Grantee at its headquarters or at such other place as shall be readily accessible to the Commissioner and the State Comptroller for purposes of auditing project costs and expenditures. All such accounting records shall be retained by the Grantee until six years after completion of the State Comptroller's final audit report which will be rendered after the satisfactory completion of the Project as provided by this Agreement. b. Subject to the other provisions hereof, requisitions for payments will be honored by the Commissioner except that the State may elect by notice in writing to withhold any payment if: (1) Misrepresentation. The Grantee shall have made any misrepresentation of a material nature in its Application, or any supplement thereto or amendment thereof, or in or with respect to any document or data furnished therewith or pursuant hereto; (2) Litigation. There is then pending litigation with respect to the performance by the Grantee of any of its duties or obligations which may jeopardize or adversely affect the Project, this Agreement, or payments to the Project; (3) Concurrence by State. The Grantee shall have taken any action pertaining to the Project which under the established procedures requires the prior approval of the Commissioner or shall have made related expenditures or incurred related obligations without the approval of the Commissioner; (4) Conflict of Interests. There has been in connection with the Project any violation of the conflict of interest rule, regulation, ordinance or statute applicable to the Grantee, its officers, members, or employees, or (5) Default. The Grantee shall be in default under any of the provisions of this Agreement. c. Disallowed Costs. In determining the amount of a payment, the Commissioner shall exclude all project costs incurred by the Grantee prior to the effective date of this agreement, except for those allowable costs as defined in Article 8(c) of this agreement. d. No interim payment will be made in an amount that would bring the aggregate amount of all partial payments for the project to more than 95 percent of the estimated State's share of the total estimated cost or the maximum obligation of the State as stated in Article 4, whichever amount is the lower. In determining the amount of a partial grant payment, those project costs that the Commissioner considers to be of ques- tionable allowability are deducted both from the amount of project costs incurred and from the amount of the estimated total project cost. e. Whenever the project is delayed or suspended for an appreciable period of time for reasons beyond the Grantee's control and the allowability of the project costs has been determined on the basis of an audit and review of all costs, a semi-final grant payment may be made in an amount large enough to bring the ag- gregate amount of all partial grant payments for the project to the State's share of all allowable project costs incurred, even if the amount is more than 95 percent limitation. However, it may not be more than the max- imum obligation of the State as stated in Article 4. f. Whenever the project is completed in accordance with the grant agreement, the Grantee may apply for final payment. The final payment is made to the Grantee if: (1) A final project report and plans have been reviewed and accepted by the Commissioner. (2) A final audit of the project account has been completed by the Commissioner or the State Comptroller. (3) The Grantee has furnished the agreed to number of copies of the final report and plans to the Commissioner. DN'5-5b (1/89) g. Based upon the final inspection and -the final audit of the project report and plans, the Commissioner determines the total amount of the allowable project costs and the State Comptroller pays the Grantee the State share, less the total amount of all prior payments. h. In no event shall the making by the State of any payment pursuant to this agreement constitute or be construed as a waiver by the State of any breach of covenant or any default which may then exist, on the part of the Grantee and the making of any such payment by the State while any such breach or default shall exist, it shall in nowise impair or prejudice any right or remedy available to the State in respect of such breach or default. Article 10. Termination or suspension of State's Obligations a. Termination or Suspension Generally. If the Grantee abandons or, before completion, finally discon- tinues the Project; or if, by reason of any of the events or conditions set forth in paragraphs (1) to (5), inclusive, of Article 9 (b) hereof, or for any other reason, the commencement prosecution, or timely comple- tion of the Project by the Grantee is rendered improbable, infeasible, impossible or illegal, the Commissioner may, by written notice to the Grantee, suspend any or all of its obligations under this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected, or the Commissioner may terminate any or all or its obligations under this agreement. b. Action Subsequent to Notice of Termination or Suspension. Upon receipt of any final termination notice under this Section, the Grantee shall proceed promptly to carry out the actions required therein which may include any or all of the following: (1) necessary action to terminate or suspend, as the case may be, Project activities and contracts and such other action as may be required or desirable to keep to a minimum the costs upon the basis of which the grant is to be computed; (2) furnish a statement of the status of the Pro- ject activities and of the project account as well as a proposed schedule, plan and budget for terminating or suspending the closing out Project activities and contracts, and other undertakings the costs of which are other- wise includable as Project costs; and (3) provide to the Commissioner an estimate of the State's share of the costs arising from the termination, suspension, or closing out of such activities, contracts, and other undertakings. The closing out shall be carried out in conformity with the latest schedule, and budget approved by the Commissioner upon the basis of terms and conditions imposed by the Commissioner upon the failure of the Grantee to furnish the schedule, plan and budget within a reasonable time. The acceptance of a remittance by the State of any or all Project funds previously received by the Grantee or the closing out of State financial participation in the Project shall not constitute a waiver of any claim which the State may otherwise have arising out of this Agreement. Article 11. Remission of Project Account Upon Completion of Project. Upon completion of the Project, and after payment, provision for payment or reimbursement of all Project costs payable from the project account is made, the Grantee shall remit to the State any unexpended balance of State funds previously paid to it. Article 12. Audit and Inspection. The Grantee shall permit and shall require its contractors to permit the Commissioner's and the State Comptroller's authorized representatives to inspect all work, materials, payrolls, records of personnel, invoices of materials, equipment, data and records; and to audit the books, records and accounts of the Grantee pertaining to the Grant and the development of the Project. Article 13. Manner of Performing Work. The work constituting the Project may be performed by the employment of the forces and the use of the equipment of the Grantee as authorized by the Commissioner, or by contract let pursuant to bidding procedures, more particularly referred to in Addendum 1 hereof. Article 14. (a) State Approval Required. Any contracts, supplemental contracts, or amendments thereto executed by the Grantee for this project must receive the approval of the Commissioner and State Comptroller before State reimbursement under this Agreement will be made. Such approvals do not change the State's financial obligation as prescribed in Article 4 of this Agreement. (b) Equal Employment Opportunity. All contracts for design, construction, services and materials for the project of whatever nature and all documents soliciting bids or proposals therefore shall con- tain the following provisions: (1) The contractor will not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age, disability, or marital status and will undertake or continue existing programs of affirmative action to ensure that minority group persons and women are afforded equal opportunity without discrimination. Such programs shall include, but not be limited to, recruit- ment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, termination, rates of pay or other forms of compensation and selections for training or retraining including apprenticeship and on-the-job training. DV5-6b (1/89) (2) At the request of the Department, the contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding and which is involved in the performance of the contract with the agency to furnish a written statement that such employment agency, labor union or representative shall not discriminate because of race, creed, color, national origin, sex, age, disability or marital status and that such union or representative will cooperate in the implementation of the contractor's obligations hereunder. (3) The contractor will state, in all solicitations or advertisements for employees placed by or on behalf of the contractor in the performance of the contract with the agency, that all qualified applicants will be afforded equal employment opportunity without discrimination because of race, creed, color,. national origin, sex, age, disability or marital status. (4) T% contractofj gill include the provisions of paragraphs 1 through 3 of this subdivision in every subkotAract or purchase order' in such a manner that such provisions will be binding upon each subcon- 114vor or vender as to its work in connection with the contract. ArticleiS.1.I cutory Clause. The Granteeagrees that this Agreement shall be deemed executory only to the extent of the monies available, and no liability shall be incurred by the State beyond the monies available for the purpose. Article 16. Participation by Minority and Women Owned Business Enterprises. It is the policy of the State of New York to encourage meaningful participation by minority and women -owned business enterprises in the performance of Transportation Infrastructure Renewal Projects. Because this is a Federal Assistance Project, in accordance with Section 428 of the Transportation Law all Federal requirements relative to the participation of disadvantaged, minority and/or women -owned business enterprises, including but not limited to 49 CFR Part 23 shall apply to the Grant. A violation of any such Federal requirement shall be a violation of this Agreement. Article 17. New York State Content Program. All contracts financed under this Grant are subject to the New York State Content Program authorized under Section 422(7) of the Transportation Law, when established. Article 18. Indemnification. The Department shall in no way be liable for any costs, liability or damages claimed by any person as the result of the Department's award of the Grant or any review or approval given in connection therewith. The Grantee agrees to indemnify and hold harmless the Department and its officers, agents and employees of and from any and all costs, liability, damage and expenses, including expenses for legal services, claimed or recovered by any person by reason of injury to, or death of, any person or persons, and damage to, destruction or loss of use of any and all property, arising from the award or administration of the Grant. DV5-7b (1/89) IN WITNESS WHEREOF, this Agreement has been executed by the State acting by and through the Commissioner, who has caused the seal of his office to be affixed hereto, and the Grantee by and through a duly authorized officer has executed this Agreement effective the day and year first above written. THE PEOPLE OF THE STATE OF NEW YORK B / Y For: t I I TkAf4SPV_R;fj ION AUG 2 6 1992 GRANT E By _ Supervisor, Town of Southold Title fc3 roved SEP 2 -02 19 or the New Yo -71 -Srate Comptroller Pursuant To Section 112 State Finance Law STATE OF NEW YORK COUNTY OF SUFFOLK On this 30th day June in the year One Thousand Nine Hundred Ninety -Two before meersonall came Scott Louis Harris P Y , to me known, who being by me duly sworn did depose and say that heAte resides at 37800 Main Road, Orient, New York ; that he/M is the Supervisor of the Town of Southolof the Grantee described in and which executed the above instrument; that he/ISlye was authorized to execute the document on behalf of said Grantee pursuant to a resolution which was duly adopted on June 30, 1992 and to which a certified copy is attached and made a part hereof. [%c ^ r! ..`_-� r coy;"rfact N10. ,,,• 1 " . b, lcyi r"+yy j^'ROBERT J. MURPHY id p..�1e:l itel t�t,4) .uat�� ��V.��3k tl.._..-.�,,,,.. AUG 2 6 19e, DV5-8c (1/89) NOTARY PUBLIC JUDITH T. TERRY Notary Public, State of New York No. 52-0344953 Qualified in Suffolk County Commission Expires May 31, 19� ADDENDUM NO. 1 TERMS AND CONDITIONS 1. The Grantee agrees to incorporate or cause to be incorporated into any contract for construction work, or furnishing of nay materials, supplies, or equipment or professional consulting services of any kind in con- nection with the Project, clauses under which the contractor: (a) Agrees to procure and maintain insurance of the kinds and in the amounts hereinafter provided in Schedule I hereof. (b) Agrees that he will comply with the requirements of the State Labor Law and particularly Sections 220 and 220-4 thereof as amended, and as set forth in Appendix A hereof. (c) Agrees that during the performance of this contract the Contractor will not discriminate against any employee or applicant for employment because of race, creed, sex, color or national origin and will comply with the Non -Discrimination provisions set forth in Appendix A hereof. (d) Agrees that he will cause all persons employed upon the work including his subcontractors, agents, officers and employees, to comply with all applicable laws in the jurisdiction in which the work is performed. (e) Agrees not to assign, transfer, convey, sublet or otherwise dispose of this agreement or any part thereof, or of its right, title or interest therein or its power to execute such agreement to any person, company or cor- poration without the previous consent in writing of the Grantee and the Commissioner of Transportation. (f) Agrees that in accordance with its status as an independent contractor, it will conduct itself with such status that it will neither hold itself out as nor claim to be an officer or employee of the State by reason hereof, and that it will not by reason hereof, make any claim demand of application to or for any right or privilege applicable to an officer or employee of the State, including, but not limited to, Workmen's Compensation coverage, Unemployment Insurance Benefits, Social Security coverage or Retirement membership or Credit. (g) Agrees that this agreement may be cancelled or terminated by the Grantee if any work under this agreement is in conflict with the provisions of Section 74 of the Public Officers Law. (h) Agrees that any patentable result arising out of this Agreement, as well as all information, designs, specification, know-how, data, and findings, shall be made available without cost to the State or its licenses for public use. (i) Agrees that for construction work he will furnish a performance bond in an amount at least equal to 100 percent of his contract price as security for the faithful performance of his contract and also a labor and material bond in an amount equal to 100 percent of his contract price as security for the payment of all persons performing labor on the Project under his contract and furnishing materials in connection with his contract. The performance bond and the labor and material bond may be in one or in separate instruments in accordance with law. 0) Agrees that the Commissioner and the State Comptroller reserve the right to audit and inspect the work of the contractor and any and all records thereof through representatives of the State, as well as through officers and employees of the State, as they shall determine. (k) Agrees that the State shall not be obligated or liable hereunder to any party other than the Grantee. (1) Agrees that if any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected thereby if such remainder would then continue to conform to the terms and requirements of the applicable law. (m) Agrees that by execution of the Agreement the contractor represents that it has not paid and, also, agrees not to pay, any bonus or commission for the purpose of obtaining an approval of this agreement. (n) Agrees that all project documents requiring formal approval by a Federal Agency will be submitted to the Commissioner for his prior approval and forwarding to the Federal Agency for its formal approval. DV5-9b (1/89) 2. The Grantee agrees to give full opportunity for free, open and competitive *bidding for each contract to be let by it calling for construction or the furnishing of any materials, supplies, or equipment to be paid for with Project Funds in accordance with the requirements of Section 103 of the General Municipal Law, the State Finance Law and any other applicable State Laws, Regulations or any requirements or opinions of the State Comptroller. 3. The Grantee agrees that contracts for professional or consulting services may be negotiated, but they must be in writing and must state the maximum compensation or reimbursement to be paid. Negotiations must be adequately documented to show consultants considered, proposals received, reasons for selecting the proposed consultant, and the unit basis or other detailed explanation in support of the amount of compensation to be paid. DV5-10b (1/89) SCHEDULE 1 INSURANCE CLAUSES TO BE INCLUDED IN GRANTEE CONTRACTS The Grantee agrees to incorporate or cause to be incorporated into any contract in connection with the Project, the following clauses: The Contractor agrees to procure and maintain insurance of the kinds and in the amounts hereafter provided in insurance companies authorized to do business in New York State, covering all operations under the contract whether performed by it or sub -contractors. Before commencing the work the Contractor shall furnish the Grantee a certificate or certificates in form satisfactory to the Grantee showing that it has complied with this Schedule, which certificate or certificates shall not be changed or cancelled until thirty days written notice has been given to the Grantee. The kinds and amounts of insurance required are as follows: A. Policy or policies covering the obligations of the Contractor in accordance with the provisions of any, applicable Workmen's Compensation or Disability Benefits Law, including for the State of New York, Chapter 41, Laws of 1914, as amended, known as the Workmen's Compensation Law, and amendments thereto, and Chapter 600 of the Laws of 1949, as amended, known as the Disability Benefits Law, and this agreement shall be void and no effect unless the Contractor procures such policy or policies and maintains the same in force during the term of his contract. B. Protective Liability insurance issued to an covering the liability of the Grantee, the State, the Commissioner and all employees or other representatives of each of them, both officially and personally with respect to all operations under the contract including omissions and supervisory acts of the Grantee, the State, the Commissioner and their employees or other representatives with the following limits: Construction Bodily Injury Liability Each Person Each Occurrence $1,000,000 $ 3,000,000 Property Damage Liability Each Occurence Aggregate $1,000,000 $3,000,000 Consultant and Other Services Bodily Injury Liability Property Damage Liability Each Person Each Occurence Each Occurence Aggregate $100,000 $ 300,000 $100,000 $ 300,000 C. Liability insurance issued to and covering the liability of the CONTRACTOR with respect to all work performed by him under this Agreement. D. Liability insurance issued to and covering the liability of each of the CONTRACTOR'S sub -contractors with respect to all work performed by said sub -contractor under this Agreement. E. Protective liability insurance issued to and covering the liability of the CONTRACTOR with respect to all work under this Agreement performed for the CONTRACTOR by sub -contractor. F. Protective liability insurance issued to and covering the liability of the Grantee and all employees of the Grantee, both officially and personally, with respect to all operations under this agreement by the CONTRACTOR or by his sub -contractor, including omissions and supervisory acts of the Grantee and its employees. NOTE. If work is to be performed by forces of the Grantee, the Grantee will provide or cause to be provided the insurance coverage provided in Paragraph B above. DV5-11b (1189) CONR 335.1f (9/89) APPENDIX A STANDARD CLAUSES FOR'ALL NEW YORK STATE CONTRACTS The parties to the attached contract, license, lease, amendment or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the following clauses which are hereby made a part of the contract (the word "Contractor" herein refers to any party other than the State, whether a contractor, licensor, licensee, lessor, lessee or any other party): 1. EXECUTORY CLAUSE. In accordance with Section 41 of the State Finance Law, the State shall have no liability under this contract to the Contractor or to anyone else beyond funds appropriated and available for this contract. 2. NON -ASSIGNMENT CLAUSE. In accordance with Section 138 of the State Finance Law, this contract may not be assigned by the Contractor or its right, title or interest therein assigned, transferred, conveyed, sublet or otherwise disposed of without the previous consent, in writing, of the State and any attempts to assign the contract without the State's written consent are null and void. The Contractor may, however, assign its right to receive payment without the State's prior written consent unless this contract concerns Certificates of Participation pursuant to Article 5-A of the State Finance Law. 3. COMPTROLLER'S APPROVAL. In accordance with Section 112 of the State Finance Law (or, if this contract is with the State University or City University of New York, Section 355 or Section 6218 of the Education Law), if this contract exceeds $5,000 ($20,000 for certain S.U.N.Y. and C.U.N.Y. contracts), or if this is an amendment for any amount to a contract which, as so amended, exceeds said statutory amount, or if, by this contract, the State agrees to give something other than money, it shall not be valid, effective or binding upon the State until it has been approved by the State Comptroller and filed in his office. 4. WORKERS' COMPENSATION BENEFITS. In accordance with Section 142 of the State Finance Law, this contract shall be void and of no force and effect unless the Contractor shall provide and maintain coverage during the life of this contract for the benefit of such employees as are required to be covered by the provisions of the Workers' Compensation Law. 5. NON-DISCRIMINATION REQUIREMENTS. In accordance with Article 15 of the Executive Law (also known as the Human Rights Law) and all other State and Federal satutory and constitutional non- discrimination provisions, the Contractor will not discriminate against any employee or applicant for employ- ment because of race, creed, color, sex, national origin, age, disability or marital status. Furthermore, in accordance with Section 220-e of the Labor Law, if this is a contract for the construction, alteration or repair of any public building or public work or for the manufacture, sale or distribution of materials, equip- ment or supplies, and to the extent that this contract shall be performed within the State of New York, Contractor agrees that neither it nor its subcontractors shall, by reason of race, creed, color, disability, sex or national origin: (a) discriminate in hiring against any New York State citizen who is qualified and available to perform the work; or (b) discriminate against or intimidate any employee hired for the perfor- mance of work under this contract. If this is a building service contract as defined in Section 230 of the Labor Law, then, in accordance with Section 239 thereof, Contractor agrees that neither it nor its subcon- tractors shall, by reason of race, creed, color, national origin, age, sex or disability: (a) discriminate in hiring against any New York State citizen who is qualified and available to perform the work; or (b) discriminate against or intimidate any employee hired for the performance of work under this contract. Contractor is subject to fines of $50.00 per person per day for any violation of Section 220-e or Section 239 as well as possible termination of this contract and forfeiture of all moneys due hereunder for a second or subsequent violation. 6. WAGE AND HOURS PROVISIONS. If this is a public work contract covered by Article 8 of the Labor Law or a building service contract covered by Article 9 thereof, neither Contractor's employees nor the employees of its subcontractors may be required or permitted to work more than the number of hours or days stated in said statues, except as otherwise provided in the Labor Law and as set forth in prevailing wage and supplement schedules issued by the State Labor Department. Furthermore, Contractor and its subcontractors must pay at least the prevailing wage rate and pay or provide the prevailing supplements, including the premium rates for overtime pay, as determined by the State Labor Department in accordance with the Labor Law. 7. NON -COLLUSIVE BIDDING REQUIREMENT. In accordance with Section 139-d of the State Finance Law. If this contract was awarded based upon the submission of bids, Contractor warrants, under penalty of perjury, that its bid was arrived at independently and without collusion aimed at restricting competition. Contractor further warrants that at the time Contractor submitted its bid, an authorized and responsible person executed and delivered to the State a non -collusive bidding certification on Contractor's behalf. CONK 335.2f (9/89) If 8. INTERNATIONAL BOYCOTT PROHIBITION. In accordance with Section 220-f of the Labor Law and Section 139-h of the State Finance Law, if this contract exceeds $5,000, the Contractor agrees, as a material conditon of the contract, that neither the Contractor nor any substantially owned or affiliated person, firm partnership or corporation has participated, is participating, or shall participate in an international boycott in violation of the federal Export Administration Act of 1979 (50 USC App. Sections 2401 et seq.) or regula- tions thereunder. If such Contractor, or any of the aforesaid affiliates of Contractor, is convicted or is otherwise found to have violated said laws or regulations upon the final determination of the United States Commerce Department or any other appropriate agency of the United States subsequent to the contract's execution, such contract, amendment or modification thereto shall be rendered forfeit and void. The Contractor shall so notify the State Comptroller within five (5) business days of such conviction, deter- mination or disposition of appeal (2 NYCRR 105.4) 9. SETOFF RIGHTS. The State shall have all of its common law, equitable and statutory rights of set-off. These rights shall include, but not be limited to, the State's option to withhold for the purposes of set-off any moneys due to the Contractor under this contract up to any amounts due and owing to the State with regard to this contract, any other contract with any State department or agency, including any contract for a term commencing prior to the term of this contract, plus any amounts due and owing to the State for any other reason including, without limitation, tax delinquencies, fee delinquencies or monetary penalties relative thereto. The State shall exercise its set-off rights in accordance with normal State prac- tices including, in cases of set-off pursuant to an audit, the finalization of such audit by the State agency, its representatives, or the State Comptroller. 10. RECORDS. The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter, collectively "the Records"). The Records must be kept for the balance of the calendar year in which they were made and for six (6) additional years thereafter. The State Comptroller, the Attorney General and any other person or entity authorized to conduct an examination, as well as the agency or agencies involved in this contract, shall have access to the Records during normal business hours at an office of the Con- tractor within the State of New York or, if no such office is available, at a mutually agreeable and reasonable venue within the State, for the term specified above for the purposes of inspection, auditing and copying. The State shall take reasonable steps to protect from public disclosure any of the Records which are exempt from disclosure under Section 87 of the Public Officers Law (the "Statute") provided that: (i) the Contractor shall timely inform an appropriate State official, in writing, that said records should not be disclosed; and (ii) said records shall be sufficiently identified; and (iii) designation of said records as exempt under the Statute is reasonable. Nothing contained herein shall diminish, or in any way adversely affect, the State's right to discovery in any pending or future litigation. 11. IDENTIFYING INFORMATION AND PRIVACY NOTIFICATION: (a) FEDERAL EMPLOYER IDENTIFICATION NUMBER and/or FEDERAL SOCIAL SECURITY NUMBER. All invoices or New York State standard vouchers submitted for payment for the sale of goods or services or the lease of real or personal property to a New York State agency must include the payee's identification number, i.e., the seller's or lessor's identification number. The number is either the payee's Federal employer identification number or Federal social security number, or both such numbers when the payee has both such numbers. Failure to include this number or numbers may delay payment. Where the payee does not have such number or numbers, the payee, on his invoice or New York State standard voucher, must give the reason or reasons why the payee does not have such number or numbers. (b) PRIVACY NOTIFICATION. (1) The authority to request the above personal information from a seller of goods or services or a lessor of real or personal property, and the authority to maintain such information, is found in Section 5 of the State Tax Law. Disclosure of this information by the seller or lessor to the State is mandatory. The principal purpose for which the information is collected is to enable the State to identify individuals, businesses and others who have been delinquent in filing tax returns or may have understated their tax liabilities and to generally identify persons affected by the taxes administered by the Commissioner of Taxation and Finance. The information will be used for tax administration purposes and for any other purpose authorized by law. (2) The personal information is requested by the purchasing unit of the agency contracting to purchase the goods or services or lease the real or personal property covered by this contract or lease. The information is maintained in New York State's Central Accounting System by the Direc- tor of State Accounts, Office of the State Comptroller, AESOB, Albany, New York 12236. CONR 335.3f (9/89) 12. EQUAL EMPLOYMENT OPPORTUNITIES FOR MINORITIES AND WOMEN: In accordance with Section 312 of the Executive Law, if this contract is: (i) a written agreement or purchase order instrument, providing for a total expenditure in excess of $25,000.00, whereby a contracting agency is committed to expend or does expend funds in return for labor, services, supplies, equipment, materials or any combina- tion of the foregoing, to be performed for, or rendered or furnished to the contracting agency; or (ii) a written agreement in excess of $100,000.00 whereby a contracting agency is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon; or (iii) a written agreement in excess of $100,000.00 whereby the owner of a State assisted housing project is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon for such project, then: (a) The contractor will not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age, disability or marital status, and will undertake or continue existing programs of affirmative action to ensure that minority group members and women are afforded equal employment opportunities without discrimination. Affirmative action shall mean recruitment, employment, job assignment, promotion, upgradings, demotion, transfer, layoff, or termination and rates of pay or other forms of compensation; (b) at the request of the contracting agency, the Contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective barganing or other agreement or understanding, to furnish a written statement that such employment agency, labor union or representative will not discriminate on the basis or race, creed, color, national origin, sex, age, disability or marital status and that such union or representative will affirmatively cooperate in the implementation of the contractor's obligations herein; and (c) the Contractor shall state, in all solicitations or advertisements for employees, that, in the performance of the State contract, all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. Contractor will include the provisions of "a", "b" and "c", above, in every subcontract over $25,000.00 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the Contractor. Section 312 does not apply to: (i) work, goods or services unrelated to this contract; or (ii) employment outside New York State; or (iii) banking services, insurance policies or the sale of securities. The State shall consider compliance by a contractor or subcontractor with the requirements of any federal law concerning equal employment opportunity which effectuates the purpose of his section. The contracting agency shall determine whether the imposition of the requirements of the provisions hereof duplicate or conflict with any such federal law and if such duplication or conflict exists, the contracting agency shall waive the applicability of Section 312 to the extent of such duplication or conflict. Contractor will comply with all duly promulgated and lawful rules and regulations of the Governor's Office of Minority and Women's Business Development pertaining hereto. 13. CONFLICTING TERMS. In the event of a conflict between the terms of the contract (including any and all attachments thereto and amendments thereof) and the terms of this Appendix A, the terms of this Appendix A shall control. 14. GOVERNING LAW. This contract shall be governed by the laws of the State of New York except where the Federal supremacy clause requires otherwise. 15. LATE PAYMENT. Timeliness of payment and any interest to be paid to Contractor for late payment shall be governed by Article XI -A of the State Finance Law to the extent required by law. 16. NO ARBITRATION. Disputes involving this contract, including the breach or alleged breach thereof, may not be submitted to binding arbitration (except where statutorily authorized) but must, instead, be heard in a court of competent jurisdiction of the State of New York. 17. SERVICE OF PROCESS. In addition to the methods of service allowed by the State Civil Practice Law & Rules ("CPLR"), Contractor hereby consents to service of process upon it be registered or certified mail, return receipt requested. Service hereunder shall be complete upon Contractor's actual receipt of process or upon the State's receipt of the return thereof by the United States Postal Service as refused or undeliverable. Contractor must promptly notify the State, in writing, of each and every change of address to which service of process can be made. Service by the State to the last known address shall be sufficient. Contractor will have thirty (30) calendar days after service hereunder is complete in which to respond. August 1989 JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER ,�'�FFOIKc�Gy �o OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1801 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON JUNE 30, 1992: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Scott L. Harris to execute a New York State Department of Transportation, Aviation Transportation, Infrastructure Renewal Project Grant Agreement (Study) to conduct pavement evaluation study for Runways 12-30 and 7-25; design engineering services for the installation of an MIRL system on Runway 12-30, rotating airport beacon, lighted electrical vault and airfield pilot control system; as well as an Agency Compliance Statement in accordance with the State Environmental Quality Review Act; all in accordance with the approval of the Town Attorney. Judith T. eirry Southold Town Cle July 1, 1992 Calocerinos & Spina Engineers, P.C. March 24, 1992 Mr. R. Philip Knauff, Manager Fisher Island Ferry District Post Office Box H Fisher Island, New York 06390 RECEIVED Southold Town Clerk Re: Elizabeth Field - Fisher's Island Airport Pavement Evaluation Study AIP Project No. 3-36-0029-05-91 NYSDOT Project No. 0913.05 File: 211.005 Dear Mr. Knauff: Enclosed for your review and approval are two copies of the draft Final Report for the Elizabeth Field - Fisher's Island Pavement Evaluation Study: By copy of this letter we are also submitting copies of the report to the Federal Aviation Administration and New York State Department of Transportation requesting their review. If you have any questions or if additional information is required, please do not hesitate to contact our office. ery truly yours, W. JWL:kal Enclosures cc: Mr. Philip Brito (w/encl) Mr. Robert Michaud (w/encl) Mr. James Kuzloski (w/encl) Mr. Scott Harris (w/encl) ENGINEERS, P.C. 1020 Seventh North Street, Liverpool, NY 13088-6199 (315) 457-6711 FAX (315) 457-9803 JUDITH T. TERRY Town Hall, 53095 Main Road TOWN CLERK P.O. Box 1179 REGISTRAR OF VITAL STATISTICS % : Southold, New York 11971 MARRIAGE OFFICER Fax (516) 765-1823 Telephone (516) 765-1801 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 22, 1991 Mark F. Petranchuk Managing Engineer Calocerinos & Spina Engineers, P.C. 1020 Seventh North Street Liverpool, New York 13088-6199 Re: Fishers Island Airport Pavement Evaluation Study Dear Mr. Petranchuk: Transmitted herewith are six (6) executed Lump Sum Consultant Agreements for Engineerng services with respect to the Fishers Island Airport - Pavement Evaluation Study. Original certified resolutions of the Southold Town Board have been inserted into the agreements in the appropriate sections. Very truly yours, Judith T. Terry Southold Town Clerk Enclosures (6) cc: R.. P. Knauff, F. I . Ferry Dist. Accounting S Finance S May 2, 1991 Mr. Scott L. Harris Town Supervisor Town of Southold Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Re: Fishers Island Airport - Pavement Evaluation Study Subj: Lump Sum Consultant Agreement for Engineering Services File: 211.005 Dear Mr. Harris: Enclosed are eight (8) copies of the Lump Sum Consultant Agreement for Engineering services on the above -referenced project. The amount of this Agreement has been approved by the Federal Aviation Administration (refer to attached correspondence) and is consistent with the budget included in the federal grant recently received by the Town. The agreement is identical to the draft agreement previously submitted for review except that Schedule "A" has been revised in accordance with our letter dated February 2, 1990 in response to NYSDOT comments. Upon execution, please retain the required number of copies for your records and return the remainder, along with a copy of the resolution authorizing execution, to my attention for distribution to the State and Federal Governments. Mr. Scott L. Harris Page 2 May 2, 1991 If you have any questions in reference to the enclosed, please do not hesitate to contact me. MFP: j mc7 Enclosures cc: R. Philip Knauff Very truly yours, CALOCERINOS & SPINA ENGINEERS, P.C. xMC-k p� Mark F. Petranchuk Managing Engineer �pR 2 $ lggi iiew Y" ,Wrp;,U Drat a t om J%W n 3N )81 South Franklin Ave, Vauey Stroan NY Iimi Mr. Robert reauff Airport Manager Fishers Taland Ferry District P.J. Pox R Fishes Tsland, New York 06390 Bear Mr. Kn aufft Elizabeth Field Airport, Fishers Taland, MY ATP 3-35-0929-04-91 Our office has reviewed the Engineering Design Agreement between the 'Town of Southold and the engineering fires of Caloaerinos and Spina for the pavement evaluation study and approved It f*r a lump sine of $59,147.00. if you have any questions, please aaoatact at at 315-295-9343• Sincterely, Thawas Felix Airport Eagineer cc: C&S KTADO;T.Felix;bod;3/27/91 File; Fishers Island 04-91, Engineering PC FTLE:TFKYA LUMP SUM CONSULTANT AGREEMENT FOR ENGINEERING STUDY PROJECT: Fishers Island Airport - Runway Pavement Evaluation Study NYSDOT PROJECT NO. W, This Agreement made this 21 st day of May ;1991, by and between the Town of Southold (hereinafter referred to as the "SPONSOR", and Calocerinos & Spina Engineers, P.C. hereinafter referred to as the "CONSULTANT"). WITNESSETH: That the SPONSOR and the CONSULTANT, for the consideration hereinafter named, agree as follows: ARTICLE 1. DESCRIPTION OF WORK TO BE DONE. The SPONSOR agrees to and hereby does retain and employ the personal service of the CONSULTANT because of his ability and reputation, and the CONSULTANT agrees to perform such services of said Project being particularly described in Schedule A attached hereto and made a part hereof. ARTICLE 2. PROVISION FOR PAYMENT: The SPONSOR shall pay to the CONSULTANT and the CONSULTANT agrees to accept as full compensation for his services under this Agreement, a lump sum fee of $ 59,147.00 covering salaries of employees assigned to the Project, all indirect costs, all direct expenses and profit. The maximum fee under this Agreement cannot be exceeded for any reason, unless additional services are performed in accordance with the Extra Work Provision in Article 11 of this Agreement. 211.005 K -2- Partial payments of the lump sum fee shall be made monthly on account. Such monthly installments shall be in amounts determined by the SPONSOR and shall be based on its review of a monthly progress report submitted by the CONSULTANT. Retainage in the amount of five percent (5 %) of each monthly installment, exclusive of Subcontractor costs, up to a maximum of Twenty Thousand Dollars ($20,000.00) shall be withheld by the SPONSOR conditioned upon the faithful performance of all terms and provisions of this Agreement. The SPONSOR shall retain from each monthly installment five percent (5%) of each Subcontractor's costs up to a maximum of Twenty Thousand Dollars ($20,000.00) for each individual Subcontractor. Release of retainage will be made upon the satisfactory completion of the work covered by the lump sum fee. The CONSULTANT specifically agrees that the Agreement shall be deemed executory only to the extent of the monies available, and no liability shall be incurred by the SPONSOR beyond the monies available for the purpose. The time for completion of the services agreed to under this Contract shall be as recorded in Schedule A which is attached and made a part of this Agreement. The method of computation of the CONSULTANT lump sum fee is prescribed in Schedule B which is attached and made a part of this Agreement. ARTICLE 3. STANDARD PRACTICES AND REQUIREMENTS. The CONSULTANT shall ascertain the standard practices of the SPONSOR, the New York State Department of Transportation, and the Federal Aviation Administration prior to beginning any of the work of this Project. Where practicable, all work required under this Agreement shall be performed in accordance with these standard practices. In the event that provisions of these standard practices are in conflict or strict adherence to same is impossible or undesirable, the CONSULTANT may, with the approval of the other parties, vary or deviate from such standards. The CONSULTANT shall certify that all work performed under this Agreement shall conform with all approved Federal and State standards and/or with deviations of such standards when approved. ARTICLE 4. DOCUMENTS FORMING THE CONTRACT. The Contract Documents shall be deemed to include this Agreement, with accompanying schedule or schedules. ARTICLE 5. TAXES, ROYALTIES AND EXPENSES. The CONSULTANT shall pay all taxes, royalties and expenses incurred in connection with the services -under this Agreement, unless otherwise provided in Article 2. 6.28.89 211.005/AG210 -3 - ARTICLE 6. CONSULTANT LIABILITY. The CONSULTANT shall be responsible for all damage to life and property due to activities of the CONSULTANT, his Subcontractors, agents or employees, in connection with his services under this Agreement. The CONSULTANT specifically agrees that his Subcontractors, agents or employees -shall possess the experience, knowledge and character necessary to qualify them individually for the particular duties they perform. Further, it is expressly understood that the CONSULTANT shall indemnify and save harmless the SPONSOR, New York State Department of Transportation and Federal Aviation Administration from claims, suits, actions, damages and costs of every name and description resulting from the negligent performance of the services of the CONSULTANT under this Agreement, and such indemnity shall not be limited by reason of enumeration of any insurance coverage herein provided. Negligent performance of service, within the meaning of this Article, shall include, in addition to negligence founded upon tort, negligence based upon the CONSULTANT'S failure to meet professional standards and resulting in obvious or patent errors in the progression of his work. Nothing in this Article or in this Agreement shall create or give to third parties airy claim or right of action against the CONSULTANT or the SPONSOR beyond such as may legally exist irrespective of this Article or this Agreement. ARTICLE 7. LABOR LAW REQUIREMENTS. The CONSULTANT specifically agrees, as required by the Labor Law, Sections 220, 220-4 and 220-e, as amended, that his execution of this Agreement binds him to the following specific agreements: (a) No laborer, workman or mechanic in the employ of the CONSULTANT, Subcontractor or other persons doing or contracting to do the whole or part of the work included in the Agreement shall be permitted or required to work more than eight (8) hours in any one (1) calendar day or more than five (5) days in one (1) week in the performance of work included in this Agreement except in the emergencies set forth in the Labor Law; (b) The wages (including supplements) paid for a legal day's work shall be not less than the prevailing rate of wages (including supplements) as defined by law; (c) The minimum hourly rate of wages (including supplements) to be paid shall not be less than that designated by the Industrial Commissioner; (d) The minimum hourly supplements to be paid shall be in accordance with the prevailing practices in the locality where the Project is located and shall be not less than designated by the Industrial Commissioner. Supplements as defined in Section 220 of the Labor Law, as amended, mean all remuneration for employment paid in any medium other than cash or reimbursement for expenses or any payments which are not wages within the meaning of the law, including, but not limited to health, welfare, non -occupational disability, retirement, vacation benefits, holiday pay and life insurance; 6.28.89 211.005/AG210 -4- (e) The Labor Law provides that the Agreement may be forfeited and no sum paid for any work done thereunder on a second conviction for willfully paying less than: 1. The stipulated wage scale (including supplements) as provided in the Labor Law, Section 220, Subdivision 3, as amended, or 2. The stipulated minimum hourly scale (including supplements) as provided in the Labor Law, Section 220-d, as amended. (f) The CONSULTANT specifically agrees as required by the provisions of Labor Law, Section 220-e, as amended, that: I., In the hiring of employees for the performance of work under this Agreement or any Subcontract hereunder, no CONSULTANT, Subcontractor, nor any person acting on behalf of such CONSULTANT or Subcontractor shall, by reason of race, creed, sex, color or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates; 2. No CONSULTANT or Subcontractor or any person on his behalf, shall in any manner discriminate or intimidate any employee hired for the performance of work under the Agreement on account of race, creed, sex, color or national origin; There may be deducted from the amount payable to the CONSULTANT by the SPONSOR under the Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; 4. The Agreement may be canceled or terminated by the SPONSOR and all monies due or to become due thereunder may be forfeited for a second or any subsequent violation of the terms or conditions of this section of the Agreement. Additional Federal Labor Law provisions are contained in Schedule H. ARTICLE 8. NON-DISCRIMINATION PROVISIONS. During the performance of this Contract, the CONSULTANT agrees as follows: (a) The CONSULTANT shall not discriminate against any employee or applicant for employment because of race, creed, sex, color or national origin, and shall take affirmative action to insure that they are afforded equal employment opportunities without discrimination because of race, creed, sex, color or national origin. Such action shall be taken with reference to, but not limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pay or other 6.28.89 211.005/AG210 -5 - forms of compensation and selection for training or retraining, including apprenticeship and on-the-job training. (b) The CONSULTANT shall send to each labor union or representative of workers with which he has or is bound by a collective bargaining or other agreement or understanding, a notice, to be provided by the State Division of Human Rights, advising such labor union or representative of the CONSULTANT's Agreement under clauses (a) through (g) (hereinafter called "non-discrimination clauses"). If the CONSULTANT was directed to do so by the contracting agency as part of the bid or negotiation of this Agreement, the CONSULTANT shall request such labor union or representative to furnish him with a written statement that such labor union or representative shall not discriminate because of race, creed, sex, color or national origin and that such labor union or representative shall affirmatively cooperate within the limits of its legal and contractual authority, in the implementation of the policy and provisions of these non-discrimination clauses or that it consents and agrees that recruitment, employment and the terms and conditions of employment under this Agreement shall be in accordance with the purposes and provisions of these non-discrimination clauses. If such labor union or representative fails or refuses to comply with a request that it furnish such a statement, the CONSULTANT shall promptly notify the State Division of Human Rights of such failure or refusal. (c) The CONSULTANT shall post and keep in conspicuous places, available to employees and applicants for employment, notices to be provided by the State Division of Human Rights setting forth the substance of the provisions of clauses (a) and (b) and such provisions of the State's laws against discrimination as the State Commissioner of Human Rights shall determine. (d) The CONSULTANT shall state, in all solicitations or advertisements for employees placed by or on behalf of the CONSULTANT, that all qualified applicants shall be afforded equal employment opportunities without discrimination because of race, creed, sex, color or national origin. (e) The CONSULTANT will comply with the -provisions of Section 291-299 of the Executive Law and Civil Rights Law, will furnish all information and reports deemed necessary by the State Commissioner of Human Rights under these non-discrimination clauses and such sections of the Executive Law, and will permit access to his books, records and accounts by the State Commissioner of Human Rights, the Attorney General and the Industrial Commissioner for purposes of investigation to ascertain compliance with these non- discrimination clauses and such sections of the Executive Law and Civil Rights Law. (f) This Agreement may be forthwith canceled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commissioner of Human Rights that the CONSULTANT has not complied with these non-discrimination clauses, and the CONSULTANT may be declared ineligible for future Agreements made by or on behalf of the State or a public authority or agency of the State, until he satisfies the State Commissioner of Human Rights that he has established and is carrying out a program in conformity with the provisions of these non-discrimination clauses. Such 6.28.89 211.005/AG210 H finding shall be made by the State Commissioner of Human Rights after conciliation efforts by the State Division of Human Rights have failed to achieve compliance with these non-discrimination clauses and after verified complaint has been filed with the State Division of Human Rights, notice thereof has been given to the CONSULTANT and an opportunity has been afforded him to be heard publicly before the State Commissioner of Human Rights or his designee. Such sanctions may be imposed and remedies invoked independently of or in addition to sanctions and remedies otherwise provided by law. (g) The CONSULTANT will include the provisions of clauses (a) through (f) in every Subcontract or purchase order in such a manner that such provisions will be binding upon each Subcontractor or vendor as to operations to be performed within the State of New York. The CONSULTANT will take such action in enforcing such provisions of such Subcontract or purchase order as the contracting agency may direct, including sanctions or remedies for non-compliance. If the CONSULTANT becomes involved in or is threatened with litigation with a Subcontractor or vendor as a result of such direction by the contracting agency, the CONSULTANT shall promptly so notify the Municipal Counsel, requesting him to intervene and protect the interests of the SPONSOR. ARTICLE 9. WORKMEN'S COMPENSATION AND LIABILITY INSURANCE. The CONSULTANT agrees to procure and maintain at his own expense and without direct expense to the SPONSOR; with the exception of Item (b)4 which may be billed as a direct expense to the SPONSOR, until final acceptance by the SPONSOR of the services covered by this Agreement, insurance of the kinds and in the amounts hereafter provided in insurance companies authorized to do business in New York State, covering all operations under the Agreement, whether performed by it or by Subcontractors. Before commencing the work, the CONSULTANT shall furnish the SPONSOR a certificate or certificates in form satisfactory to the SPONSOR showing that it has complied with this schedule, which certificate or certificates shall provide that the policies shall not be changed or canceled until thirty (30) days written notice has been given to the SPONSOR. The kinds and amounts of insurance required are as follows: (a) Policy or policies covering the obligations of the CONSULTANT in accordance with the provisions of any applicable Workmen's Compensation or Disability Benefits Law, including for the State of New York Chapter 41, Laws of 1914, as amended, known as the Workmen's Compensation Law, and amendments thereto, and Chapter 600 of the Laws of 1949, as amended, known as the Disability Benefits Law, and this Agreement shall be void and of no effect unless the CONSULTANT procures such policy or policies and maintains the same in force during the term of this Agreement. (b) Protective Liability Insurance issued to and covering the liability of the Municipal Corporation, the Federal Aviation Administration, the State, the Commissioner and all employees or other representatives of each of them, both officially and personally with respect to all operations under the Agreement including omissions and supervisory acts of the Municipal Corporation, the Federal Aviation Administration, the State, the Commissioner and their employees or other representatives. Policies of bodily injury 6.28.89 211.005/AG210 -7 - liability and property damage liability insurance, each with limits of liability of not less than one hundred thousand dollars ($100,000.00) for all damages arising out of bodily injury, including death at any time resulting therefrom sustained by one (1) person in any one (1) accident and subject to that limit for each person; not less than three hundred thousand dollars ($300,000.00) for all damages arising out of bodily injury, including death at any time resulting therefrom, sustained by two (2) or more persons in any one (1) accident, and not less than one hundred thousand dollars ($100,000.00) for all damages arising out of injury to or destruction of property in any one (1) accident and subject to this limit per accident not less than three hundred thousand dollars ($300,000.00) for all damages arising out of injury to or destruction of property during the policy period. 1. Liability insurance issued to and covering the liability of the CONSULTANT with respect to all work performed by him under this Agreement. 2. Liability insurance issued to and covering the liability of the CONSULTANT'S Subcontractors with respect to all work performed by said Subcontractor under this Agreement. 3. Protective liability insurance issued to and covering the liability of the CONSULTANT with respect to all work under this Agreement performed for the CONSULTANT by Subcontractors. 4. Protective liability insurance issued to and covering the liability of the SPONSOR and all employees of the SPONSOR, both officially and personally, with respect to all operations under this Agreement by the CONSULTANT or by his Subcontractor, including omissions and supervisory acts of the SPONSOR and its employees. ARTICLE 10. ASSIGNMENT REQUIREMENTS. The CONSULTANT specifically agrees that: (a) He is prohibited from assigning, transferring, conveying, subletting or otherwise disposing of the Agreement or of his right, title or interest therein, or his power to execute such Agreement, to any other person, company or corporation without the previous consent in writing of the SPONSOR and. the Commissioner of Transportation and the Federal Aviation Administration. . (b) If this provision of the Agreement is violated, the SPONSOR may revoke and annul the Agreement and the SPONSOR shall be relieved from any and all liability and obligations thereunder to the person, company or corporation to whom the CONSULTANT shall assign, transfer, convey, sublet or otherwise dispose of the Agreement, and such transferee shall forfeit and lose all monies therefore assigned under said Agreement, except so much as may be required to pay his employees. 6.28.89 211.005/AG210 -8 - ARTICLE 11. EXTRA WORK. If the CONSULTANT is of the opinion that any work he has been directed to perform is beyond the scope of this Agreement and constitutes Extra Work, he shall promptly notify the SPONSOR of that fact. The SPONSOR shall be the sole judge as to whether or not such work is in fact beyond the scope of this Agreement and constitutes Extra Work. If the SPONSOR determines that such work does constitute Extra Work, it shall provide extra compensation to the CONSULTANT upon a fair and equitable basis. A Supplemental Agreement providing for such compensation for Extra Work shall be prepared and executed by the CONSULTANT and SPONSOR and be approved by the appropriate State and Federal officials. ARTICLE 12. ABANDONMENT, CHANGE OF PLAN AND TERMINATION. The SPONSOR shall have the absolute right to abandon the work or to amend its Project or to change the general basis at any time, and such action on its part shall in no event be deemed a breach of contract. If the SPONSOR does amend its Project or change the general basis and the CONSULTANT is of the opinion that Extra Work is made necessary as a result thereof, the provisions of Article 11 of this Agreement with respect to Extra Work shall apply. The SPONSOR has the right to terminate this Agreement at its pleasure and make settlement with the CONSULTANT upon an equitable basis as determined by the SPONSOR, who shall fix the value of the work performed by the CONSULTANT prior to the termination of this Agreement. In determining the value of the work performed, the SPONSOR shall consider the following: (a) The ratio of the amount of work performed by the CONSULTANT prior to the termination of the Agreement to the total amount of work contemplated by this Agreement, less any payments previously made. (b) The amount of expense to which the CONSULTANT is put in performing the work performed prior to the termination, in proportion to the amount of expense to which the CONSULTANT would have been put had he been allowed to complete the total work contemplated by the Agreement, less any payments previously made. (c) The actual cost incurred by the CONSULTANT as verified by audit, plus a portion of the fixed fee equal to the percentage of work completed. In determining the value of the work performed by the CONSULTANT prior to the termination, no consideration shall be given to profit which the CONSULTANT might have made on the uncompleted portion of the work. If the termination is brought about as a result of unsatisfactory performance on the part of the CONSULTANT, the value of the work performed by the CONSULTANT prior to termination shall be fixed solely on the ratio of such work to the total amount of work contemplated by this Agreement. 6.28.89 211.005/AG210 -9 - ARTICLE 13. SUSPENSION OF WORK. In the event that the work under the Agreement is entirely suspended, the CONSULTANT agrees that his services shall likewise be suspended without compensation for the suspended period, unless otherwise directed by the SPONSOR. Upon the resumption of the work under the Agreement, the CONSULTANT shall resume his services under this Agreement until the work is completed and accepted. In all cases provided for in this Agreement for the additional services above described, the SPONSOR'S directions shall be exercised by the issuance of a Supplemental Agreement. ARTICLE 14. DEATH OR DISABILITY OF THE CONSULTANT. In case of the death or disability of one or more, but not all of the persons herein referred to as the CONSULTANT, the rights and duties of the CONSULTANT shall devolve upon the survivor or survivors of them, who shall be obliged to perform the services required under this Agreement, and the SPONSOR shall make all payments due to him or them. In case of the death or disability of all the persons herein referred to as the CONSULTANT, all data and records pertaining to the Project shall be delivered within sixty (60) days to the SPONSOR or its duly authorized representative. In case of the failure of the CONSULTANT, his successors or personal representatives, to make such delivery on demand, then and in that event the representatives of the CONSULTANT shall be liable to the SPONSOR for any damages it may sustain by reason thereof. Upon the delivery of all such data to the SPONSOR, the SPONSOR shall pay to the representatives of the CONSULTANT all amounts due the CONSULTANT, including retained percentages to the date of the death of the last survivor. ARTICLE 15. INTERCHANGE OF DATA. All technical data in regard to the Project whether (a) existing in the office of the SPONSOR or (b) existing in the office of the CONSULTANT, shall be made available to the other party to this Agreement without expense to such other party as the case may be. ARTICLE 16. DISPOSITION OF PROJECT DOCUMENTS. At the time of completion of the work, the CONSULTANT shall make available to the SPONSOR all original tracings plans, maps, computerized programs and reports which have been prepared as the result of this Agreement. This material shall become the property of the SPONSOR and the maintenance of the data shall be the responsibility of the SPONSOR, The cover sheet of each document furnished to the SPONSOR by the CONSULTANT shall include the appropriate State and Federal financial notices and the endorsement of the CONSULTANT. In the event that this Agreement is terminated for any reason, then within ten (10) days after such termination, the CONSULTANT shall make available to the SPONSOR all data and material prepared under this Agreement including cover sheets in accordance with the above paragraph. 6.28.89 211.005/AG210 -10 - ARTICLE 17. DAMAGES AND DELAYS. The CONSULTANT agrees that no charges or claim for damages shall be made by him for any delays or hindrances from any cause whatsoever during the progress of any portion of the services specified in this Agreement. Such delays or hindrances, if any, shall be compensated for by an extension of time for such reasonable period as the SPONSOR may decide, it being understood, however, that the permitting of the CONSULTANT to proceed to complete any services or any part of them after the date of completion or after the date to which the time of completion may have been extended, shall in no way operate as a waiver on the part of the SPONSOR of any of its rights herein. ARTICLE 18. CODE OF ETHICS. The CONSULTANT specifically agrees that this Agreement may be canceled or terminated if any work under this Agreement is in conflict with the provisions of Section 74 of the New York State Public Officers' Law, as amended, and Schedule G. ARTICLE 19. INDEPENDENT CONTRACTOR. Me CONSULT ANT , in accordance with his status as an independent contractor, covenants and agrees that he shall conduct himself consistent with such status, that he shall neither hold himself out as nor claim to be an officer or employee of the SPONSOR by reason hereof, and that he shall not by reason hereof, make any claim, demand or application to or for any right or privilege applicable to an officer or employee of the SPONSOR, including but not limited to, workmen's compensation coverage, unemployment insurance benefits, social security coverage or retirement membership or credit. ARTICLE 20. PATENT RIGHTS AND COPYRIGHTS. Any patentable result arising out of this Agreement, as well as all information, designs, specifications, know-how data, and findings, shall be made available without cost to the State or its licensees and the Federal Aviation Administration for public use. No material prepared in connection with this Project shall be subject to copyright. The State and the Federal Aviation Administration shall have the right to publish, distribute, disclose or otherwise use any material prepared under this Project. ARTICLE 21. NEW YORK STATE PARTICIPATION. The work in this Agreement is included in a New York State Department of Transportation Project, which is being undertaken and accomplished by the SPONSOR and the State of New York, pursuant to which the State has agreed to pay a certain percentage of the allowable project costs. The State of New York is not a party to this Agreement and no reference in this Agreement to the Commissioner of Transportation or any representative thereof, or to any rights granted to the Commissioner of Transportation or any representative thereof or the State of New York, by the 6.28.89 211.005/AG210 -11 - Agreement, make the State of New York a party to this Agreement. The CONSULTANT and the SPONSOR agree that properly authorized officials of the State of New York may from time to time inspect, all Project documents for the purpose of insuring compliance with New York State laws and protecting the interests of New York State. ARTICLE 22. FEDERAL PARTICIPATION. The Federal Aviation Administration is not a party to this Contract although the Project work program covered by this Agreement is to be financially aided in part by a Grant Agreement between the SPONSOR and the Federal Aviation Administration as provided for under the Airport and Airway Development Act of 1970 (P.L. 91258). The SPONSOR and the CONSULTANT hereby agree to comply fully with the conditions set forth in detail in the Grant Agreement as though they were set forth in detail in this Agreement. The CONSULTANT further agrees that by reason of complying with the conditions of the Grant Agreement, no obligation is entailed on the part of the Federal Aviation Administration to the CONSULTANT. The CONSULTANT and the SPONSOR agree that properly authorized officials of the Federal Aviation Administration may from time to time inspect all Project documents for the purpose of insuring compliance with Federal laws and protecting the interests of the Federal Aviation Administration. ARTICLE 23. MISCELLANEOUS. A. The CONSULTANT agrees that he shall require all persons employed upon the work, including his Subcontractors, agents, officers and employees, to comply with all applicable laws in the jurisdiction in which the work is performed. B. If any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected thereby if such remainder would then continue to conform to the terms and requirements of applicable law. C. By execution of this Agreement, the CONSULTANT represents that he has not paid and also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of this Agreement. D. The SPONSOR and CONSULTANT agree that all Project documents requiring formal approval by a Federal agency will be submitted to the New York State Department of Transportation for their prior approval and forwarding to the Federal agency for its formal approval. The SPONSOR and CONSULTANT agree that approval of all Project documents requires the complete, prior and simultaneous coordination with the Federal agency and New York State Department of Transportation. 6.28.89 211.005/AG210 y -12- ARTICLE 24. SUBCONTRACTORS/SUBCONSULTANTS. All subcontractors and subconsultants performing work on this project shall be bound by the same required contract provisions as the prime consultant. All agreements between the prime consultant and a subcontractor or subconsultant shall include all standard required contract provisions, and such agreements shall be subject to review by the State and the Federal Aviation Administration. IN WITNESS WHEREOF, this Agreement has been executed by the SPONSOR, acting by and through the Town Supervisor of the Town of Southold who has caused the seal of his office to be affixed hereto, and the CONSULTANT, by and through a duly authorized officer has executed this Agreement effective the day and year first above written, subject to the approval of the Commissioner, Department of Transportation, the State Comptroller, and the Federal Aviation Administration. SPONSOR TOWN OF SOUTHOLD f By. Scott L. Aarris Title: Town Supervisor Date: May 21, 1991 CONSULTANT CALOCERINOS & SPINAENGINEERS,P.C. ;Y"l�- ,� Z eP a Title: Division Manager Date: ZZ 6.28.89 211.005/AG210 -13- (ACKNOWLEDGEMENT OF OFFICER OR OWNER ATTESTING CONTRACT) State of New York ) County of S u f fo MS: On this 21st day of May , 19_11 before me personally came and appeared Scott Louis Harris , to me known, who being by me duly sworn did depose and say that he is the Supervisor of the Town of Southold described in and which executed the foregoing instrument, that he knows the seal of said Owner; that one of the impressions appearing on said instrument is a true and correct impression of such seal; and that he affixed it thereto and attest the same over his signature by virtue of the authority in him vested. Notary Public Notary Pub State of New York No. 62-0344963 Qualified in Suffolk County /� Commission Expires May 31, 1932 (ACKNOWLEDGEMENT OF CORPORATION) State of New York ) County of Onondaga ) SS: On this' -Ala day of _, 19_, before me personally came and appeared RONALD L. PECKHAM, to me knowd, who being duly sworn, did depose and say that he resides in Liverpool, New York; that he is the Division Manager of CALOCERINOS & SPINA ENGINEERS, P.C., the CORPORATION described in and which executed the foregoing instrument; that he knew the seal of said corporation; that the seal affixed to said instrument was such corporate seal; that is was so affixed by the order of the Board of Directors of said corporation, and that he signed his name thereto by like order. i11C14AEt J.ofR Notary Public in the Statetate of Now York oualitiod in Onondaga County No. 484a2M2 My Commission Expires Septombw 30,171 o y Publi __ 6.28.89 211.005/AG210 �7---- SCHEDULE A Fishers Island Airport Runways 12-30 and 7-25 Pavement Evaluation Study Project Description: Engineering Evaluation of Runways 12-30 and 7-25 pavements for the purpose of developing and evaluating methods for rehabilitation. The CONSULTANT agrees that the following services will be provided: Conferences with the SPONSOR to review his wishes and requirements, inspection of the site and become knowledgeable of the existing data that is already available for the Project. 2. Conferences with the New York State Department of Transportation and the Federal Aviation Administration to review their programming and design standards and become knowledgeable of the data that is already available for the Project. 3. During the study phase, to aid the SPONSOR by acting as liaison and project coordinator with the New York State Department of Transportation and the Federal Aviation Administration. 4. Prepare detailed applications for project funding to meet the Airport Improvement Program criteria of the Federal Aviation Administration. 5. Acquire the necessary topographic survey and utility data of the site sufficient for final design, including related office computations and drafting. 6. Make the necessary soils investigation and pavement evaluation, including test borings, related analyses and recommendations for review and approval by the SPONSOR, the New York State Department of Transportation and the Federal Aviation Administration. 7. Perform visual inspection of the pavement generally classifying types of cracking present on the pavement surface. Classification of the pavement condition will be based upon the recommendations of FAA Advisory Circular 150/5380-6. Detailed mapping of pavement cracks is not included in the workscope. 8. Perform pavement evaluation and design in accordance with Federal Aviation Administration Advisory Circular 150/5320-6C to determine rated strength of existing pavement and required thickness of bituminous overlay or new pavement reconstruction.. 9. Contact local Contractors to investigate potential methods and costs of construction on the island. 10. Develop alternative methods of pavement rehabilitation, prepare cost estimates and recommend solution. Pavement rehabilitation alternatives to be considered shall include do-nothing, sealcoat, bituminous overlay, recycling, and total reconstruction. Cracking and seating of PCC pavement areas will also be considered. 6.28.89 211.005/AG210 A-2 11. Based upon visual observations made during site inspections generally address existing drainage of the runway pavement areas, provide recommendations for improvement and preliminary cost estimate. 12. Prepare report documenting existing conditions and recommendations and submit to the SPONSOR, the New York State Department of Transportation and the Federal Aviation Administration for their review and approval. 13. The CONSULTANT agrees to complete the work under this phase of the Agreement in a manner satisfactory to the SPONSOR, within four (4) months after receiving a Notice to Proceed from the SPONSOR or within such extended periods as are agreed to by the SPONSOR. END OF SCHEDULE 6.28.89 211.005/AG210 • i Ll , ; � �, t I , *t*t##t*+**t#+*#tt**t++*ttt+*tt+##tt * ARCHITECTURAL/ENGINEERING + * COST SUMMARY # # SCHEDULE 'B' * STUDY PHASE # PROJECT: RUNWAY PAVEMENT EVALUATION STUDY DATE: 20 -Sep -89 PROJECT DESCRIPTION: DETERMINE CONDITION OF PAVEMENT AND ALTERNATIVE METHODS OF REHAB A/E: CALOCERINOS & SPINA PROJECT NO.: 211 PROSPECTIVE CLIENT: TOWN OF SOUTHOLD C & S CONTACT: M.F.PETRANCHUK CLIENT MANAGER: MR. R. PHILIP KNAUFF I. DIRECT SALARY COSTS: MAXIMUM AVERAGE RATE OF PAY RATE OF PAY TITLE (8/HR) (S/HR) ! HOURS COST ---------------- ------------------------------------------ A. DIVISION MANAGER ---------- 838.70 -------- 833.60 -------- X 12 = $403.00 B. MANAGING ENGINEER $30.20 $26.30 X 76 = $1,999.00 C. SEN PROJ ENGINEER $25.40 $23.60 X 8 = $189.00 D. PROJECT ENGINEER $21.20 $19.30 X 0 = $0.00 E. SEN GEOLOGIST $21.00 $19.90 X 88 = $1,751.00 F. GEOLOGIST $19.00 $18.50 X 0 = $0.00 G. ENGINEER $18.50 $17.10 X 200 = $3,420.00 H. ASST ENGINEER $17.00 $14.50 X 136 = $1,972.00 I. DESIGNER $15.60 $13.00 X 0 = $0.00 J. SEN DRAFTSMAN $15.00 $12.30 X 0 = $0.00 K. DRAFTSMAI 812.00 $10.40 X 16 = $166.00 L. TECHNICAL TYPIST $11.80 $10.60 X 40 = $424.00 M. GRANT ADMINISTRATOR $14.30 $13.30 X 40 = $532.00 N. INSPECTION SUPERVISOR $23.00 $22.00 X 0 = $0.00 0. RESIDENT ENGINEER 822.00 $21.20 X 0 = $0.00 P. CHIEF INSPECTOR $19.60 $19.00 X 0 = $0.00 Q. SENIOR INSPECTOR $17.50 $16.70 X 0 = $0.00 R. INSPECTOR $14.50 812.70 X 0 = $0.00 S. JR INSPECTOR $9.00 $8.50 X 0 = $0.00 T. PARTY CHIEF $26.10 $23.70 X 0 = $0.00 U. INSTRUMENT MAN $22.90 $20.80 X 0 = $0.00 V. RODMAN $19.90 $18.10 X 0 = $0.00 -------------- -------------- TOTAL ESTIMATED DIRECT SALARY COST $10,856.00 NYSDOT AGREEMENT AMOUNT ELIGIBLE & FAA COST ELIGIBLE COST II. OVERHEAD EXPENSES & PAYROLL BURDEN PER SCHEDULE 'C' - -------------- ---------------- (AUDITABLE, ESTIMATED AND EXPRESSED AS A PERCENTAGE OF DIRECT SALARY COST): A. AGREEMENT AMOUNT & F.A.A. ELIGIBLE FACTOR: 145% $15,741.00 B. N.Y.S.D.O.T. ELIGIBLE FACTOR: 125% $13,570.00 -------------- -------------- -------------- -------------- III. SUBTOTAL OF ITEMS I & II: A. AGREEMENT AMOUNT & F.A.A. ELIGIBLE: $26,597.00 B. N.Y.S.D.O.T. ELIGIBLE: $24,426.00 RUNWAY PAVEMENT EVALUATION STUDY Page 1 09/20/89 VI. SUBCONTRACTS: A. ESTIMATE OF TOPOGRAPHICAL SURVEYS: 86,000.00 B. NYSDOT & TESTS: 1 MOBILZATION/DEMOBILIZATION: ELIGIBLE = 82,500.00 2 . CONTINUOUS SAMPLING: 200 L.F. -------------- COST IV. ESTIMATE 3 . OF DIRECT EXPENSES: 6 . EACH @ 8350.00 = 82,100.00 A. PAVEMENT CORES: TRAVEL, BY AIR: EACH @ 875.00 = 81,500.00 5 . FIELD CBR: 6 3 TRIPS @ 3 PERS/TRIP 0300.00 = 82,700.00 6 . LABORATORY CBR, 1 PT.: 3 TRAVEL,BY RENTAL CAR: @ 8150.00 = , 8450.00 7 . LABORATORY CBR, 3 PT.: 3 EACH 4 DAYS @ 1 CAR/DAY @ 8100.00 = 8400.00 15 B. @ PER DIEN: = 8600.00 9 . FIELD DENSITY TESTS: 6 EACH @ 840.00 2 DAYS @ 3 PERSONS @ 8100.00 = 8600.00 @ C. = 8600.00 REPRODUCTION - MOISTURE CONTENT: 15 EACH @ 810.00 = 8150.00 1. PAV'T EVALUATION REPORTS: 5 EACH @ 860.00 = 8300.00 13 . HYDROMETER TESTS: 50 SETS @ 150 PAGES/SET @ 80.05 = 8375.00 14 . OBSERVATION WELL 2. SPECIFICATIONS: @ 815.00 = 80.00 TOTAL ESTIMATED SUBSURFACE INVESTIGATION & TESTS: $15,890.00 -------------- -------------- 0 SETS @ 0 PAGES/SET @ 80.05 = 80.00 3. DRAWINGS: 0 SETS @ 0 SHEETS/SET 81.00 = 80.00 4. MYLARS: 0 SHEETS @ 85.00 = 80.00 D. COMPUTER TIME: 16 HOURS @ 812.00 = 8192.00 E. CADD TIME: 40 HOURS @ 825.00 = 81,000.00 F. OPL PROJECT INSURANCE PREMIUM: = 8250.00 G. MISCELLANEOUS: = 8283.00 TOTAL ESTIMATE OF DIRECT EXPENSES 85,800.00 V. FIXED FEE (PROFIT, LUMP SUM): A. LABOR PLUS OVERHEAD: 1 AGREEMENT AMOUNT & F.A.A. ELIGIBLE FACTOR: 15% (OF III.A.) 2 . N.Y.S.D.O.T. ELIGIBLE FACTOR: 15% (OF III.B.) 83,664.00 B. DIRECT EXPENSES: 1 AGREEMENT AMOUNT & F.A.A. ELIGIBLE FACTOR: 15% (OF IV.) 2 . N.Y.S.D.O.T. ELIGIBLE FACTOR: 0.0% (OF IV.) 80.00 TOTAL FIXED FEE 83,664.00 VI. SUBCONTRACTS: A. ESTIMATE OF TOPOGRAPHICAL SURVEYS: 86,000.00 B. ESTIMATE OF SUBSURFACE INVESTIGATION & TESTS: 1 MOBILZATION/DEMOBILIZATION: LUMP SUM = 82,500.00 2 . CONTINUOUS SAMPLING: 200 L.F. @ 820.00 = 84,000.00 3 . TEST PITS: 6 . EACH @ 8350.00 = 82,100.00 4 . PAVEMENT CORES: 20 EACH @ 875.00 = 81,500.00 5 . FIELD CBR: 6 EACH @ 8350.00 = 82,100.00 6 . LABORATORY CBR, 1 PT.: 3 EACH @ 8150.00 = , 8450.00 7 . LABORATORY CBR, 3 PT.: 3 EACH @ 8350.00 = 81,050.00 8 . MECHANICAL ANALYSIS: 15 EACH @ 840.00 = 8600.00 9 . FIELD DENSITY TESTS: 6 EACH @ 840.00 = 8240.00 10 . LAB COMPACTION TESTS: 6 EACH @ 8100.00 = 8600.00 11 MOISTURE CONTENT: 15 EACH @ 810.00 = 8150.00 12 . ATTERBERG LIMITS: 5 EACH @ 860.00 = 8300.00 13 . HYDROMETER TESTS: 5 EACH @ 860.00 = 8300.00 14 . OBSERVATION WELL 0 L.F. @ 815.00 = 80.00 TOTAL ESTIMATED SUBSURFACE INVESTIGATION & TESTS: $15,890.00 -------------- -------------- AGREEMENT AMOUNT & FAA ELIGIBLE COST ---------------- 85,800.00 83,990.00 8870.00 84,860.00 86,000.00 815,890.00 -------------- -------------- RUNWAY PAVEMENT EVALUATION STUDY Page 2 09/20/89 NYSDOT AGREEMENT AMOUNT ELIGIBLE & FAA COST ELIGIBLE COST -------------- ---------------- VII. TOTALS: A. ESTIMATE OF MAXIMUM•TOTAL COST FOR DESIGN SERVICES, NYSDOT ELIGIBLE: 855,780.00 B. ESTIMATE OF MAXIMUM TOTAL COST FOR DESIGN SERVICES, AGREEMENT TOTAL & FAA ELIGIBLE: 859,147.00 SCHEDULE C CALOCERINOS & SPINA ENGINEERS, P.C. 1020 SEVENTH NORTH STREET LIVERPOOL, NEW YORK 13088 ESTIMATED ALLOWABLE OVERHEAD FYE 12/31/84 CENTERAL & ADAHNISTRATI1,T OVERHEAD Indirect Labor TOTAL % SALARY OVERHEAD (PAYROLL BURDEN) 789,000.00 23.3 Vacation & Holiday Pay $ 306,500.00 9.1 Sick & Personal Pay 79,500.00 2.4 FICA Taxes 326,000.00 9.6 Unemployment Taxes 72,000.00 2.1 Workmen's Compensation Insurance 13,000.00 0.4 Group Insurance 200,000.00 5.9 Bonus 20,000.00 0.6 Miscellaneous Employee Benefits 22,000.00 0.7 Payroll Preparation 4,000.00 0_1 TOTAL SALARY OVERHEAD $1.043,000.00 30.9 CENTERAL & ADAHNISTRATI1,T OVERHEAD Indirect Labor $ 538,000.00 15.9 Clerical & Administrative 789,000.00 23.3 Project Development 302,000.00 8.9 Meeting, Conventions & Education 30,000.00 0.9 Office Supplies & Expenses 921,000.00 27.2 Field Supplies 39,000.00 1.2 Insurance. 204,000.00 6.0 Depreciation 273,000.00 8.1 Rent 196,000.00 5.8 Utilities & Maintenance 61,000.00 1.8 Telephone 91,000.00 2.7 Auto Expenses 181,000.00 5.4 Dues & Fees 48,000.00 1.4 Legal & Accounting Expenses 38,000.00 1.1 Building Operation Expenses 134,000.00 4.0 Miscellaneous 14,000.00 0.4 TOTAL GENERAL & ADMINISTRATIVE OVERHEAD $3,859.000.00 114.1 TOTAL ALLOWABLE OVERHEAD $4.902.000.00 145. TOTAL DIRECT LABOR $338L000.00 100.0 END OF SCHEDULE 6.28.89 211.005/AG210 SCHEDULE D May 1, 1991 Mr. Philip Brito, Manager Federal Aviation Administration New York Airports District Office 181 South Franklin Avenue - Room 305 Valley Stream, New York 11581 Re: Fishers Island Airport Subj: Airport Consultant Selection for Runway Pavement Evaluation Study Dear Mr. Mendez: The Town of Southold has selected the firm of Calocerinos & Spina Engineers, P.C. to provide professional services for the Pavement Evaluation Study at Fishers Island Airport. To the best of our knowledge, the qualifications based selection procedure used in selecting Calocerinos and Spina complies with the intent of Advisory Circular 150/5100-14A (latest version). The firm was chosen after careful consideration of its qualifications and those of other professional firms. C&S has demonstrated by past performance, its capability to successfully complete a wide variety of airport development projects including planning, design, construction inspection and other related services. The firm possesses the necessary professional staff, technical resources, financial capability, experience and understanding of the work anticipated to complete it within the time allocated. The President and Engineer In Charge are Registered Professional Engineers in the State of New York. Very truly yours, TOWN OF SOUTHOLD Scott L. Harris Town Supervisor SLH:MFP:pad Enclosure cc: Calocerinos & Spina Engineers, P.C. END OF SCHEDULE 6.28.89 211.005/AG210 JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1801 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON MAY 21, 1991: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Scott L. Harris to execute a Lump Sum Consultant Agreement for Engineering Study between the Town of Southold and Calocerinos S Spina Engineers, P.C., in the amount of $59,147.00 for all direct and indirect costs for professional services for the Pavement Evaluation Study at Elizabeth Field, Fishers Island, all in accordance with said agreement as approved by the Town Attorney. Judith T. Terry Southold Town Clerk May 22, 1991 I , .. 4 _ja SCHEDULE E (RESOLUTION TO BE INSERTED) 6.28.89 211.005/AG210 IR } A t . 0 ti i SCHEDULE G CERTIFICATION OF CONSULTANT I hereby certify that I am the Division Manager and duly authorized representative of the firm of Calocerinos & Spina Engineers, P.C., whose address is 1020 Seventh North Street, Liverpool, New York, and that neither I nor the above firm I here represent has: A. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this Contract. B. agreed, as an express or implied condition for obtaining this Contract, to employ or retain the services of any firm or person in connection with carrying out the Contract, or C. paid or agreed to pay to any firm, organization, or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the Contract; except as here expressly stated (if any): I acknowledge that this certificate is to be furnished to the Federal Aviation Administration of the United States' Department of Transportation, in connection with this Contract, involving participation of Airport Improvement Program (AIP) funds and is subject to applicable state and Federal laws, both criminal and civil. �O Dad' Ronald L. eckham, P.E. Division Manager END OF SCHEDULE 12.14.89 FILE NO. AG210 . I 1 ., 4 1 Vt SCHEDULE H AIRPORT AID PROGRAM There is set forth below the contract provision required by the regulations of the Secretary of Labor in Parts 5 and 5a of Title 29 of the Code of Federal Regulations. Section 15255(a) requires sponsors to insert this provision in full in each construction contract. PROVISION REQUIRED BY THE REGULATIONS OF THE SECRETARY OF LABOR A. b1QNIMUM WAGES 1. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination decision(s) of the Secretary of Labor which is (are) attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics; and the wage determination decision(s) shall be posted by the contractor at the site of the work in a prominent place where it (they) can be easily seen by the workers. For the purpose of this paragraph, contributions made or costs reasonably anticipated under Section 1(b) (2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Subparagraph 4 below. Also for the purpose of this paragraph, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period [29 CFR 5.5(a)(1)(i)]. 2. Any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage determination(s) and which is to be employed under the contract, shall be classified or reclassified conformably to the wage determination(s), and a report of the action taken shall be sent by the SPONSOR to the FAA for approval and transmittal to the Secretary of Labor. In the event that the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics, including apprentices and trainees, to be used, the question accompanied by the recommendation of the FAA shall be referred to the Secretary of Labor for final determination [29 CFR 5.5(a)(1)(ii)]. 3. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the contractor is obligated to pay a cash equivalent of such a fringe benefit, an hourly cash equivalent thereof shall be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question accompanied by the recommendation of the FAA shall be referred to the Secretary of Labor for determination [29 CFR 5.5(a) (1)(iii)]. 4. If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this contract. Provided, however, the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 6.28.89 211.0051AG210 . t ., it I . ,y '. , H-2 B. WITHHOLDING: FAA FROM SPONSOR. Pursuant to the terms of the grant agreement between the United States and SPONSOR, relating to Airport Development Aid Project No. , and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), the FAA may withhold or cause to be withheld from the SPONSOR so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees, employed by the Contractor or any Subcontractor on the work the full amount of wages required by this Contract. In the event of failure to pay any laborer or mechanics, including any apprentice or trainee, employed or working on the site of the work all or part of the wages required by this Contract, the FAA may, after written notice to the SPONSOR, take such action as may be necessary to cause the suspension of any further payment or advance of funds until such violations have ceased [29 CFR 5.5(a)(2)]. C. PAYROLLS AND BASIC RECORDS. 1. Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in Section 1(b)(2) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found, under 29 CFR 5.5(a)(1)(iv) (see Subparagraph 4 of Paragraph A above), that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits [29 CFR 5.5(a)(3)(i)]. 2. The Contractor will submit weekly a copy of all payrolls to the SPONSOR for availability to the FAA as required by SS 152.59(a). The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set forth for each laborer or mechanic conform with the work he performed. A submission of a "Weekly Statement of Compliance" which is required under this Contract and the Copeland regulations of the Secretary of Labor (29 CFR Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor, under 29 CFR 5.5(a)(1)(iv) (see Subparagraph 4 of Paragraph A above), shall satisfy this requirement. The prime Contractor shall be responsible for the submission of copies of payrolls of all Subcontractors. The Contractor will make the records required under the labor standards clauses of the Contract available for inspection by authorized representatives of the FAA and the Department of Labor, and will permit such representatives to interview employees during working hours on the job [29 CFR 5.5(a)(3)(ii)]. D. APPRENTICES AND TRAINEES 1. Apprentices. Apprentices will be permitted to work as such only when the are registered, individually, under a bona fide apprenticeship program registered with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training, United States Department of Labor; or, if no such recognized agency exists in a State, under a program registered with the Bureau of Apprenticeship and Training, United States Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered 6.28.89 211.005/AG210 .� ., 4t ..,fit � H-3 program. Any employee listed on a payroll at an apprentice wage rate, who is not a trainee as defined in Subparagraph. (2) of this Paragraph, or who is not registered as above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The Contractor or Subcontractor will be required to furnish to the SPONSOR written evidence of the registration of his program and apprentices as wellas of the Appropriate ratios and wage rates, for the area of construction prior to using any apprentices on the contract work (29 CFR 5.5(a)(4)]. 2. Trainees. Trainees will be permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the United States Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training and, where Subparagraph 3 of this Paragraph is applicable, in accordance with the provisions of Part 5a.29 CFR, Subtitle A. 3. Application of 29 CFR Part 5a. On contracts in excess of $10,000, the employment of all laborers and mechanics, including apprentices and trainees as defined in 29 CFR 5.2(c) shall be also be subject to the provisions of 29 CFR Part 5a. Apprentices and trainees shall be hired in accordance with the requirements of 29 CFR Parts 5a as set forth in Subparagraphs 4, 5, 6, 7, and 8 of this Paragraph. 4. Apprentice and Trainee Employment Requirements. a. The Contractor agrees: 1) That he will make a diligent effort to hire for the performance of the contract a number of apprentices or trainees, or both, in each occupation, which bears to the average number of the journeymen in that occupation to be employed in the performance of the contract the applicable ratio as determined by the Secretary of Labor; 2) That he will assure that 25 percent of such apprentices or trainees in each occupation are in their first year of training, where feasible. Feasibility here involves a consideration of the availability of training opportunities for first year apprentices, the hazardous nature of the work for beginning workers, excessive unemployment of apprentices in their second and subsequent years of training; and 3) That during the performance of the Contract he will, to the greatest extent possible, employ the number of apprentices or trainees necessary to meet currently the requirements of Subdivisions 1) and 2) of this Subparagraph. b. The Contractor agrees to maintain records of employment by trade of the number of apprentices and trainees, apprentices and trainees by fust year of training, and of journeymen, and the wages paid and hours of work of such apprentices, trainees, and journeymen. The Contractor agrees to make these records available for inspection upon request of the Department of Labor and the Federal Aviation Administration. C. The Contractor who claims compliance based on the criterion stated in (Subdivision 5 b. of this Paragraph) agrees to maintain records of employment, as described in Subdivision b. of this Paragraph on non -Federal and non -Federally assisted construction work done during the performance of this contract in the same labor market area. The Contractor agrees to make these records available for inspection upon request of the 6.28.89 211.005/AG210 H-4 - Department of Labor and the Federal Aviation Administration. d. The Contractor agrees to supply one copy of the written notices required in accordance (with Subsection 5 c.) at the request of Federal Aviation Administration compliance officers. The Contractor also agrees to supply at three-month intervals during performance of the Contract and after completion of contract performance a statement describing steps taken toward making a diligent effort and containing a breakdown by craft, of hours worked and wages paid for first year apprentices and trainees, other apprentices and trainees, and journeymen. One copy of the statement will be sent to the Federal Aviation Administration, and one to the Secretary of Labor. e. The Contractor agrees to insert in any Subcontract under this contract the requirements contained (in this Subdivision 4). Subparagraphs 5, 6, 7, and 8 shall also be attached to each such Contract for the information of the Contractor. The term "Contractor" as used in such clauses in any Subcontract shall mean the Subcontractor. 5. Criteria for Measuring Diligent Effort. A Contractor will be deemed to have made a "diligent effort" as required by Subparagraph 4 of this Paragraph if during the performance of his Contract he accomplishes at least one of the following three objectives: a. The Contractor employees on this project a number of apprentices and trainees by craft as required by the Contract clause at least equal to the ratios established in accordance with Subparagraph 6 of this Paragraph. b. The Contractor employs, on all his public and private, construction work combined in the labor market area of this project, an average number of apprentices and trainees by craft as required by the contract clauses, at least equal to the ratios established in accordance with Subparagraph 6. C. 1) Before commencement of work on the project, the Contractor, if covered by a collective bargaining agreement, will give written notice to all joint apprenticeship committees: the local United States Employment Security Office; local chapter of the Urban League (Workers Defense League) or other local organization concerned with minority employment; and the Bureau of Apprenticeship and Training Representative, United State Department of Labor, for the locality. The Contractor, if not covered by a collective bargaining agreement, will give written notice to all the groups stated above except joint apprenticeship committees; this Contractor also will notify all non - joint apprenticeship sponsors in the labor market area. 2) The notice will include at least the Contractor's name and address, the jobsite address, value of contract, expected starting and completion dates, the estimated average number of employees in each occupation to be employed over the duration of the Contract, and a statement of his willingness to employ a number of apprentices and trainees at least equal to the ratios established in accordance with Subparagraph 6. 3) The Contractor must employ all qualified applicants referred to him through normal channels (such as the Employment Service, the Joint Apprenticeship Committees and, where applicable, minority organizations and apprentice outreach programs who have been delegated this function) at least up to the 6.28.89 211.005/AG210 H-5 number of such apprentices and trainees required by the applicable provision of Subparagraph 6. 6. Determination of ratios of Apprentices or Trainees to Journeymen. The Secretary of Labor has determined that the applicable ratios of apprentices and trainees to journeymen in any occupation shall be as follows: a. In any occupation the applicable ratio of apprentices and trainees to journeymen shall be equal to the predominant ratio for the occupation in the area where the construction is to be undertaken, set forth in collective bargaining agreements or other employment agreements, and available through the Regional Manager for the Bureau of Apprenticeship and Training for the applicable area. b. For any occupation for which no such ratio is found the ratio of apprentices and trainees to journeymen shall be determined by the Contractor in accordance with the recommendations set forth in the standards of the National Joint Apprentice Committee for the occupation, which are filed with the United States Department of Labor's Bureau of Apprenticeship and Training. C. For any occupation for which no such recommendations are found, the ratio of apprentices and trainees to journeymen shall be at least one apprentice or trainee for every five journeymen. 7. Variations, Tolerances, and Exemptions. Variations, tolerances, and exemptions from any requirement of this Part with respect to any Contract or Subcontract may be granted when such action is necessary and proper in the public interest, or to prevent injustice, or undue hardship. A request for a variation, tolerance, or exemption may be made in writing by any interested person to the Secretary, United States Department of Labor, Washington, D.C. 20210. 8. Enforcement. a. The FAA shall insure that the Contract clauses required by Subdivision 4 a. of this Paragraph are inserted in every Federal or Federally assisted construction contract subject thereto. For assistance programs for construction work for which it does not contract directly, the FAA shall promulgate regulations and procedures necessary to insure that contracts for the construction work subject to Subdivision 4 of this Paragraph D will contain the clauses required thereby. b. Enforcement activities, including the investigation of complaints of violations, to assure compliance with the requirements of this Part, shall be the primary duty of the FAA. The Department of Labor will coordinate its efforts with the FAA, as may be necessary to assure consistent enforcement of the requirements of this Part. Enforcement of these provisions shall be in accordance with 29 CFR 5.6. E. COMPLIANCE WITH COPELAND REGULATIONS. The Contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference (29 CFR 5.5(a)(5)). F. OVERTIlfI REQUIREMENTS. No Contractor or Subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess 6.28.89 211.005/AG210 �4 • ♦ • h��� L- f H-6 of 8 hours in any calendar day or in excess of 40 hours in such workweek unless such laborer or mechanic received compensation at a rate not less than 1 1/2 times his basic rate of pay for all hours worked in excess of 8 hours in any calendar day or in excess of 40 hours in such workweek, as the case may be (29 CFR 5.5(c)(1)). G. VIOLATIONS; LIABILITY FOR UNPAID WAGES; LIQUIDATED DAMAGES. In the event of any violation of Paragraph F of this provision, the Contractor and any Subcontractor responsible therefore shall be liable to any affected employee for his unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed, with respect to each individual laborer or mechanic employed in violation of said Paragraph F of this provision, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of 8 hours or in excess of the standard workweek of 40 hours without payment of the overtime wages required by said Paragraph F of this Provision (29 CFR 5.5(c)(2)). H. WITHHOLDING FOR UNPAID WAGES AND LIQUIDATED DAMAGES, AND PRIORITY OF PAYMENT. 1. The FAA may withhold or cause to be withheld, from any monies payable on account of work performed by the Contractor or Subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or Subcontractor for unpaid wages and liquidated damages as provided in Paragraph G of this Provision (29 CFR 5.5(c)(3)). 2. In the event of failure or refusal of the Contractor or any Subcontractor to comply with overtime pay requirements of the Contract Work Hours and Safety Standards Act, if the funds withheld by the FAA for the violations are not sufficient to pay fully both the unpaid wages due laborers and mechanics and the liquidated damages due the United States, the available funds shall be used first to compensate the laborers and mechanics for the wages to which they are entitled (or an equitable portion thereof when the funds are not adequate for this purpose); and the balance, if any, shall be used for the payment of liquidated damages (29 CFR 5.14(d)(2)). I. WORKING CONDITIONS. No Contractor may require any laborer or mechanic employed in the performance of the contract to work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1518; 36 F.R. 7340) issued by the Secretary of Labor. I SUBCONTRACTS. The Contractor will insert in each of his subcontracts the clauses contained in Paragraphs A through K of this provision, and also a clause requiring the Subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made (29 CFR 5.5(a)(6), 5.5(c)(4)). K. CONTRACT TERMINATION; DEBARMENT. A breach of Paragraphs A through J of this provision may be grounds for termination of the contract. A breach of Paragraphs A through E and I may also be grounds for debarment as provided in 29 CFR 5.6 of the regulations of the Secretary of Labor (29 CFR 5.5(a)(7)). END OF SCHEDULE 6.28.89 211.005/AG210 SCHEDULE I "In accordance with Chapter 406 of the Laws of 1981, the Contractor hereby promises, asserts and represents that neither the Contractor nor any substantially owned or affiliated person, firm, partnership or corporation has participated, is participating or shall participate in an international boycott in violation of the provisions of the United States Export Administration Act of 1969, as amended, or the United States Export Administration Act of 1979, or the effective Regulations of the United States Department of Commerce promulgated under either Act. "It is understood further that the State in awarding a contract does so in material reliance upon the promise and representation made by the Contractor in the foregoing paragraph and that such contract shall be rendered forfeit and void by the State Comptroller if subsequent to the bid execution date, the Contractor or such owned or affiliated person, firm, partnership or corporation has been convicted of a violation of the aforesaid Acts or Regulations or has been found upon final determination of the United States Commerce Department or any other appropriate agency of the United States to have violated such Acts or Regulations. "The Contractor agrees to and shall notify the Commissioner of Transportation and the Director of the Bureau of Contracts and State Expenditures in the Department of Audit and Control of any such conviction or final determination of violation within five (5) days thereof." END OF SCHEDULE 6.28.89 211.005/AG210 JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 30, 1989 Sheila M. Farley Grants Administrator Calocerinos & Spina Engineers, P.C. 1020 Seventh North Street Liverpool, New York 13088 Re: Fishers Island -Elizabeth Field FY -89 Final Applications Pavement Evaluation Study Dear Ms. Farley: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 FAX (516) 765-1823 TELEPHONE (516) 765-1801 Transmitted herewith are ten (10) copies of the Final Application for Federal Assistance Package, all executed by Supervisor Murphy and reviewed and signed by Town Attorney Schondebare. Very truly yours, Judith T. Terry Southold Town Clerk Enclosures (10) cc: R. P. Knauff, Fl Ferry Dist. Accounting 0 JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 FAX (516) 765-1823 TELEPHONE (516) 765-1801 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON AUGUST 29, 1989: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Francis J. Murphy to execute the Final Application for Federal Assistance Package for the Fishers Island -Elizabeth Field Pavement Evaluation Study, all in accordance with the approval of Town Attorney Schondebare. 1-7 Judith T. Terry Southold Town Cie August 30, 1989 C�11 is Calocerinos & Spina Engineers, P.C. To: Mr. Francis J. Murphey Town of Southold Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Attn: Enclosed please find the following: Re: Fishers Island -Elizabeth Field FY -89 Final Applications Pavement Evaluation Study File: 211.003 Date: 14 -Aug -89 - Twelve (12) copies of the Final Application for Federal Assistance Package for your review and signatures. Remarks: To increase the probability of receiving Federal funds this year for the above referenced project, ten (10) copies of the enclosed applications should be returned to me as soon as possible. Phil Knauff and Ron Peckham agreed by telephone today that mailing direct to your office would expedite the signing procedure. Also, please have the Town Attorney review the package, and sign the pages indicated for his signature. I have enclosed a self-addressed envelope for your convenience. If you have any questions or need additional information, please do not hesitate to contact us. CALOCERINOS & SPINA ENGINEERS, P.C. Enclosures ;" c c :-��"fs` �eilaM. Farley Grants Administrator 1020 Seventh North Street, Liverpool, NY 13088 (315) 457-6711 s OMS Approval No. 0318-0013 ARPUCATION FOR 2. DATE SUMA/89 Applicant Identifier. 211.003 EDERAL ASSISTANCE //uuaa 1. TYPE OF SUBNNSSKW 3. DATE RECEIVED BY STATE State Application Identifier bWrcatron PreaoW(Canon ` QXConstrucnon ❑ Construction a. DATE RECEIVED BY FEDERAL AGENCY Federal Identifier 0-+immConstruction ❑ Non -construction S. APPLICANT INFORIMATWN Legal Name Town of Southold or°anizPIMA Island Ferry District Address (give city. county. slate. and zip code): Name and telephone number of the person to be contacted on matters Involving this application (give area code) Town Hall, 53095 Main Road P.O. Box 1179 Robert P. Knauff County of Suffolk (516) 788-7463 Southold, Now York 11971 e. EMPLOYER IDENTIFICATION NUMBER (E1N): 7. TYPE OF APPLICANT: (enter appropriate letter in box) A state H independent School Dist. 6 0 0 3 3 0 7 8 County 1. State Controlled Insutuuon of Higher Learning tte Controlled C Municipal J. Private University L TYPE OF APPLICATION: 0 Township K. Indian Tribe XXX New ❑ Continuation ❑ Revision E. Interstate L. Individual F Intermunicipal M Profit Organization If Revision, enter appropriate Ietter(s) in boxlesl: G. Special District N. Other (Specify). A Increase Award B. Decrease Award C Increase Duration 0 Decrease Duration Other (specify): f. NAME OF FEDERAL AGENCY: Federal Aviation Administration it CATALOG Of FEDERAL DOMESTIC2 0 1 0 2 11. DESCRIPTIVE TfTLE OF APPLICANT'S PROJECT. ASSISTANCE NUMBER • TITLE. Airport Improvement Program (AIP PAVEMENT EVALUATION STUDY 12. AREAS AFFECTED BY PROJECT (Cities. counties. stares. OfCJ: Fishers Island 13. PROPOSED PROJECT 14. CONGRESSIONAL DISTRICTS OF Start Date Ending Cate a. Applicant b. Protect 09/15/89 03/01/90 2nd 15. ESTIMATED FUNDING: 1e. IS APPLICATION SUBJECT TO REVIEW BY STATE EXECUTIVE ORDER 12372 PROCESS? a. YES THIS PREAPPLICATIOWAPPLICATION WAS MADE AVAILABLE TO THE a Federal = 00 STATE EXECUTIVE ORDER 12372 PROCESS FOR REVIEW ON 08/11/89 b Applicant S 00 DATE b NO PROGRAM IS NOT COVERED BY E O. 12372 OR PROGRAM HAS NOT BEEN SELECTED BY STATE FOR REVIEW c State ! 00 a '_coal ! 00 e sther S 00 t Program Income S DO 17. IS THE APPLICANT DELINQUENT ON ANY FEDERAL OEBT7 Yes If 'Yes.' attach an explanation. XQ NO � TOTAL S 00 A. TO THE BEST OF MY KNOWLEDGE AND BELIEF. ALL DATA IN THIS APPLICATION PREAPPLICATION ARE TRUE AND CORRECT. THE DOCUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BOOP OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED a typed Name of Aur gr �dCl}epresFoer .taWOrphy ill b Title Supervi spr TeleTown (5165 765none -n1800 b11rJJesetlnJJtauvle'llt a S.gnatur ho -z a Date Signed ugust 29, 1989 �ianuaru -orrn +c+ s : - ?7-sacie P•esc. Daa cY :MA .. 1 - a' a- I')2 Authorized for Local Reproduction DEPARTMENT OF TRANSPORTATION • FEDERAL AVIATION ADMINISTRATION PART II PROJECT APPROVAL INFORMATION SECTION A Item 1. Does this assistance request require State, local, Name of Governing Body _ regional, or other priority rating, Priority Rating Yess X No Item 2. Does this assistance request require State, or local advisory, educational or health clearances? Name of Agency or Board Yes_X_!No (Attach Documentation) Item 3. Does this assistance request require clearinghouse review (Attach Comments) in accordance with OMB Circular A-95? X — Yes No Item 4. Does this assistance request require State, local, Name of Approving Agency regional or other planning approval? Date Yeses_ No Item S. Is the proposed project covered by an approved comprehensive plan? X Yes Check one: State Local xx Regional No Location of plan OMB NO. 90-8018• Fishers Island Airport Layout Plan Item b. Will the assistance requested serve a Federal Name of Federal Installation installation? Yes X No Federal Population benefiting from Project Item 7. Will the assistance requested be on Federal land- Name of Federal Installation or installation? Location of Federal Land Yes X No Percent of Project Item 8. Vill the ossistance requested have on impact or effect See instruction for additional information to be on the environment? provided. Yes X No item 9. Number of: Hill the assistance requested cause the displacement of Individuals individuals families, businesses, or farms? Families Businesses Yes X No Farms Item 10. Is there other related Federal assistance on this See instructions for additional information to be project previous, pending, or anticipated? provided. Yes No FAA Form 5100.100 (6-73; SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 Page 2 PART II -SECTION C The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use. -The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: Elizabeth Field is surrounded on three sides by water, thus runway clear zone areas are over water. The community adjacent to the airport property is a residential vacation area with limited commercial activity. 2. Defaults. -The Sponsor is not in default on any obligation to the United States or any agency of the United States Government relative to the development, operation, or maintenance of any airport, except as stated herewith: NONE 3. Possible Disabilities. -There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: NONE 4. Land. -(a) The Sponsor holds the following property interest in the following areas of land* which are to be developed or used as part of or in connection with the Airport, subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit "All: PARCEL NO. 1 - Fee Simple *State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. Page 3a DEPARTMENT OF TRANSPORTATION -FEDERAL AVIATION ADMINISTRATION OMB NO. 04-RO209 PART II - SECTION C (Continued) The Sponsor further certifies that the above is based on a title examination by a qualified attorney or:title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land* on which such construction: work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A": s NONE (c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all)construction work under the Project, the following property interest in the following areaas of land* which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit "A": NONE 5. Exclusive Rights. -There is no grant of an exclusive right for the conduct of any aeronautical activiey at any airport owned or controlled by the Sponsor except as follows: NONE *State character of property interest in each area and list and identify for each all exceptions,,. -encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. FAA Form 5100-100 (4-76) Page 3b TOWN OF SOUTHOLD OPINION OF SPONSOR'S ATTORNEY I HEREBY CERTIFY that all statements of law made in the Project Application and all legal conclusions upon which the representations and covenants contained herein are based, are in my opinion true and correct. Attorney for Town of Southold (Title) (Date) Page 3c u14+n slpprpvev rue. v.1140 V..' BUDGET INFORMATION -Construction Programs NOTE: Certain Federal assistance programs require additional computations to arrive at the Federal share of project costs eligible for participation. If such is the case you will be notified. Authorized for Local Reproduction s'D^I'`I`' Imm "''+= L)1;.r^X&Ml:HY OF TRANSPORTATION. I:SnS2AL AVIATION ADJAWiSTRATfielU PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. Federal Domestic Assistance Catalog No ............. 20-102 (ATP) 2. Functional or Other Breakout .................... Pavement Evaluation Study SECTION 8 CALCULATION OF FEDERAL GRANT Cost Classification Use only for revisions Total Amount Required Latest Approved Amount Adjustment + or H 1. Administration expense S S [s 2. Preliminary expense 3. Land,structures, right-of-way 4. Architectural engineering basic fees 5. Other architectural engineering fees 60,000.00 6. Project inspection fees 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal 11. Construction and project improvement 12. Equipment 13. Miscellaneous 2,000.00 14. Total (Lines I through 13) J 62, 000.00 15. Estimated Income (if applicable) K Net Project Amount (Line 14 minus 15) J 62, 000.00 17. Less: Ineligible Exclusions I& Add: Contingencies ---- 19. Total Project Amt (Excluding Rehabilitation Giants) 62s000.00 20. Federal Share requested of Line 19 55,800.00 21. Add Rehabilitation Grants Requested (100 Percent) a , 22. Total FederI grant requested (Lines 20 & 21) 55,800.00 23. Grant" share 2.5% -1-5so-no 24. Other shares State 7.5% 4,650-00 125. Total project (Lines 22, 23 & 24) S S 1$62,000.00 FAA Form 5100-100 (6 73) SUPERSEDES FAA FORM $100.10 PAGES 1 THRU 7 PQae DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATInst ome NO. s0-RO164 SECTION C — EXCLUSIONS Classification 26 Ineligible for Participation 1 Excluded from Contingency Provision a- $ $ b. c- d. f. • g. Totals S S SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 21. Grantee Share a. Securities b. Wrtgages c. Appropriations (By Applicant) d. Bonds e. Tax Levies f. Non Cash g. Other (Explain) h. TOTAL —Grantee share 28. Other Shares a. State b. Other c. Total Other Shares 29. TOTAL (7.5%) SECTION E — REMARKS 51,550.00 4,650.00 S 6,200.00 �_ PART IV PROGRAM NARRATIVE (Attach — See Instructions) FAA Forth 5100-100 i6-791 SUPERSEDES FAA FORM 5100.10 PAGES 1 TMRU 7 Page 5 iAA AC 73-0232 March 1989 CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS (To be submitted with AIP Grant Application) Airport Sponsor: Town of Southold. New York AIP Project No.: In accordance with provisions in 49 CFR Part 29 implementing the Drug -Free Workplace Act of 1988, I, Francis J Murphy (NAME) as authorized representative of Fishers Island. Elizabeth Field (AIRPORT NAME) hereby certify that it will 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 sponsor's workplace and specifying the actions that will be taken against employees for violation of such prohibition; b. Establishing a drug-free awareness program to inform employees about: 1. The dangers of drug abuse in the workplace; 2. The sponsor'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. E 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 of any criminal drug statute conviction for a violation occurring in the workplace no later than five days after such conviction. e. Notifying the FAA within ten days after receiving notice under Subparagraph D (2), from an employee or otherwise receiving actual notice of such conviction. f. Taking one of the following actions within 30 days of receiving notice under Subparagraph D (2), with respect to any employee who is so convicted: 1. Taking appropriate personnel action against such employees, up to and including termination; or 2. Requiring such employee to participate satisfactorily in 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 through F. 3 The sponsor shall insert in the space provided below the site(s) for the performance of the work done in connection with the specific grant: Place of Performance (See 49 CFR 29.605 (b)(4)) Fishers Island -Elizabeth Field ishers Island. New York This certification is a material representation of fact upon which reliance is placed when the FAA determines to award the grant. If it is later determined that the sponsor knowingly rendered a false certification, or otherwise violates the requirements of the Drug -Free Workplace Act, the FAA, in addition to other remedies available to the Federal Government, may take action authorized under the Drug -Free Workplace Act. August 29, 1989 Date Supervisor, Town of Southold Ti-tle SPONSOR'S ASSURANCES TO ACCOMPANY APPLICATION DATED 08/08/89 FOR A GRANT OF AIRPORT DEVELOPMENT AID PROGRAM FUNDS FOR THE DEVELOPMENT OR IMPROVEMENT OF Fishers Island -Elizabeth Field AIRPORT The Town of Southold (hereinafter referred to as the (Name of Sponsor) "Sponsor") HEREBY AGREES THAT as a condition to receiving any Federal financial assistance from the Department of Transportation it will comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d, 42 U.S.C. 2000d-4 (hereinafter referred to as the "Act"), and all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -Assisted Programs of the Department of Transportation --Effectuation of Title VI of the Civil Rights Act Of 1964 (hereinafter referred to as the "Regulations") and other pertinent directives, to the end that in accordance with the Act, Regulations, and other pertinent directives, no person in the United States shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the Sponsor receives Federal financial assistance from the Department of Transportation, including the Federal Aviation Administration, and HEREBY GIVES ASSURANCE THAT it will promptly take any measures necessary to effectuate this agreement. This assurance is required by subsection 21.7(a)(1) of the Regulations. More specifically and without limiting the above general assurance, the Sponsor hereby gives the following specific assurances with respect to this Project Application: 1. That the Sponsor agrees that each "program" and each "facility" as defined in subsections 21.23(e) and 21.23(b) of the Regulations, will be (with regard to a "program") conducted, or will be (with regard to a "facility") operated in compliance with all requirements imposed by or pursuant to the Regulations. 2. That the Sponsor shall insert the following notification in all solicitations for bids for work or material subject to the Regulations and made in connection with this Project Application and, in adapted form in all proposals for negotiated agreements: The Town of Southold , (Name of Sponsor) Title VI of the Civil Rights Act of U.S.C. 2000d to 2000d-4 and Title 49, EA Form 5100-31 (12-72) in accordance with 1964, 78 Stat. 252, 42 Code of Federal z Regulations, Department of. Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation, issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full 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. 3. That the Sponsor shall insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 4. That where the Sponsor receives Federal financial assistance to construct a facility, or part of a facility, the assurance shall extend to the entire facility and facilities operated in connection therewith. 5. That where the Sponsor receives Federal financial assistance in the form, or for the acquisition of real property or an interest in real property, the assurance shall extend to rights to space on, over, or under such property. 6. That the Sponsor shall include the appropriate clauses set forth in Attachment 2 of this assurance, as a covenant running with the land, in any future deeds, leases, permits, licenses, and similar agreements entered into by the Sponsor with other parties: (a) for the subsequent transfer of real property acquired or improved under the Airport Development Aid Program of the Federal Aviation Administration, and (b) for the construction or use of or access to space on, over, or under real property acquired, or improved under the said Airport Development Aid Program. 7. That this assurance obligates the Sponsor for the period during which Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide, or is in the form of, personal property, or real property or interest therein or structures or improvements thereon, in whichcase the assurance obligates the Sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which the Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits, or (b) the period during which the Sponsor retains ownership or possession of the property. EA Form 5100-31.1 (12-72) 3 8. The Sponsor shall provide for such methods of administration for the program as are found by the Secretary of Transportation or the official to whom he delegates specific authority to give reasonable guarantee that it, other Sponsors, subgrantees, contractors, sub- contractors, transferees, successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the Act, the Regulations, and this assurance. 9. The Sponsor agrees that the United States has a right to seek jucicial enforcement with regard to any matter arising under the Act, the Regulations, and this assurance. THIS ASSURANCE is given in consideration of and for the purpose of obtaining any and all Federal grants, loans, contracts, property, discounts, or other Federal financial assistance extended after the date hereof to the Sponsor by the Department of Transportation under the Airport Improvement Program of the Federal Aviation Administration and is binding on it, contractors, subcontractors, transferees, successors in interest and other participants in this AIP Project Application. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Sponsor. DATED August 29.1 989 by Attachments 1 and 2 EA Form 5100-31.2 (12-72) Sponsor r uthorized Official) ruei�s . rphy Town of Southold ATTAC,MENT 1 During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations); which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. _Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations eitnar by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reoorts. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the sponsor or the Federal Aviation Administration as appropriate, and shall set forth what efforts it has made to obtain the information. EA Form 5100-31.3 (12-72) 5 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to -- a. withholding of payments to the contractor under the contract until the contractor complies, and/or b. cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for non- compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. EA Form 5100-31.4 (12-72) 6 ATTACFd,ENT 2 The following clauses shall 'oe included in all deeds, licenses, leases, permits, or similar instruments entered into by the (Name of sponsor) pursuant to the provisions of Assurance 6(a). The (grantee, licensee, lessee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a Department of Transportation program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, perm itee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation -Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations may be amended. (Include in licenses, leases, permits, etc.)` That in the event of breach of any of the above nondiscrimination covenants, (Name of sponsor) shall have the right to terminate the (license, lease, per -nit, etc.) and to re-enter and repossess said land and the facilities thereon, and hold the same as if said (licenses, lease, permit, etc.) had never been :Wade or issued. (Include in deeds.)* That in the event of ')reach of any of the above nondiscrimination covenants, (dame of sponsor) shall have the right to re-enter said lands and facilities thereon, and the above described lands and facilities shall thereupon revert to and vest in and 'become the absolute property of (;lame of sponsor) and its assigns. The following shall be included in all deeds, licenses, leases, permits, or similar agreements entered into by (Name of sponsor) pursuant to the provisions of Assurance 6(b). The (grantee, licensee, lessee, permittee, etc., as appropriate) for himself, his personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that (1) no person on the grounds of race, color, or EA Form 5100-31.5 (12-72) 7 national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permittee, etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation -Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations may be amended. (Include in licenses, leases, permits, etc.)* That in the event of breach of any of the above nondiscrimination covenants, (Name of sponsor) shall have the right to terminate the (license, lease, permit, etc.) and to re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, lease, permit, etc.) had never been ;Wade or issued. (Include in deeds.)* That in the event of breach of any of the above nondiscrimination covenants, (Name of sponsor) shall have the right to re-enter said land and facilities thereon, and the above described lands and facilities shall thereupon revert to and vest in and become the absclute property of (Name of sponsor) and its assigns. * Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to effectuate the purposes of Title VI of the Civil Rights Act of 1964. EA Form 5100-31.6 (12-72) ASSURANCES Airport Sponsors A. General. 1_ These assurances shall be complied with in the performance of grant agreements for airport development; airport planning; and noise compatibility program grants to airport sponsors. Z. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of the Airport and Airway Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, or the Aviation Safety and Noise Abatement Act of 1979. As used herein, the term "public agency sponsor" means a public agency with control of a public -use airport; the term "private sponsor' means a private owner of a public -use airport; and the term "sponsor" includes public agency sponsors and private sponsors. 3. Upon acceptance of the grant offer by the sponsor, these assurances are incorporated in and become part of the grant agreement. B. Duration and Applicability. 1. Airport Development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of the grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout he useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurance against exclusive rights or the terms, conditions, and assurances with respect to real property acquired with Federal funds. Furthermore, the duration of the Civil Rights assurance shall be as specified in the assurance. 2. Airport Development or Noise Compatibility Program Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than 10 years from the date of the acceptance of Federal aid for the project. 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in the grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 30, 32, 33, and 34 in Section C apply to planning projects. The terms, conditions, and assurances of the grant agreement shall remain in full force and effect during the life of the project. C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation a. Federal Aviation Act of 1958 - 49 U.S.C. 1301, et seq. 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 Polices Act of 1970 - 42 U.S.C. 4601, et seq. 1 2 f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f). ' g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469c. ' h. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C.4012a. ' i. Rehabilitation Act of 1973 - 29 U.S.C. 794. j. Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d through d-4. k. Aviation Safety and Noise Abatement Act of 1979, 49 U.S.C. 2101, et seq. I. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et seq. m: Ate: Barriers. Act. of 1968 - 42 U.S.C.4151, et seq. 1 ni A irmcm andlAlwwaV Improvement' Act of 4982 as amended 48 U.S.C. 2201, et seq. o. Powerplant and Industrial Fuel Use Act of 1978 - Section 403 - 2 U.S.C. 8373. 1 Airport Assurances(10-88) Page 1 of 10 PP -A-1 p. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq. ' q. Copeland Antikickback Act - 18 U.S.C. 874. 1 r. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq. ' S. Endangered Species Act - 16 U.S.C. 668(a), et seq. ' t. Single Audit Act of 1984 - 31 U.S.C. 7501, et seq. 2 Executive Orders Executive Order 12372 — Intergovernmental Review of Federal Programs Executive Order 11246 — Equal Employment Opportunity 1 Federal Regulations a. 49 CFR Part 18 - Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. 3 b. 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. C. 49 CFR Part 23 - Participation by Minority Business Enterprise in Department of Transportation Programs. d. 49 CFR Part 24 - Uniform Relocation Assistance and Real Property Acquisition Regulation for Federal and Federally Assisted Programs. 1 2 e. 49 CFR Part 27 - Non -Discrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance. 1 f. 49 CFR Part 29 - Debarments, Suspensions, and Voluntary Exclusions. g. 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. h. 29 CFR Part 1 - Procedures for Predetermination of Wage Rates. 1 i. 29 CFR Part 3 - Contractors or Subcontractors on Public Buildings or Public Works Financed in Whole or Part by Loans or Grants from U.S. ' j. 29 CFR Part 5 - Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction. 1 k. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and Federally -assisted Contracting Requirements). ' • I. 14 CFR Part 150 - Airport Noise Compatibility Planning. Office of Management and Budget Circulars a. A-87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments. 3 b. A-128 - Audits of State and Local Governments. 2 1 These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 18 and OMB Circular A-87 contain requirements for State and local governments receiving Federal assistance. Any requirement levied upon State and local governments by this Regulation and Circular shall also be applicable to private sponsors receiving Federal assistance under the Airport and Airway Improvement Act of 1982, as amended. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in the grant agreement. 2. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor. It has legal authority to apply for the grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor. It has legal authority to apply for the grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with the application; and to provide such additional information as may be required. Airport Assurances(10-88) Page 2 of 10 pp. -A-1 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 asc;ure operation and maintenance of items funded under the grant agreement which it will own or control. 4. Good Title. a. It holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. a. 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 the grant agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. It will not sell, lease, encumber or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in the grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under the Airport and Airway Improvement Act of 1982 to assume the obligations of the grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee, all of the 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 with the Airport and Airway Improvement Act of 1982, the regulations and the terms, conditions and assurances in the grant agreement and shall insure that such arrangement also requires compliance therewith. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. For noise compatibility program projects, other than land acquisition, to be carried out on property not owned by the airport and over which property another public agency has land use control or authority, the sponsor shall obtain from each such agency a written declaration that such agency supports that project and the project is reasonably consistent with the agency's plans regarding the property. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near which the project may be located. Airport Assurances(10-88) Page 3 of 10 PP -A-1 3 8. Consultation with Users. In making a decision to undertake any airport development project under the Airport and Airway Improvement Act of 1982, it has undertaken reasonable consultations with affected parties using the airport at which 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. It shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. 10. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 11. local Approval. In projects involving the construction or extension of any runway at any general aviation airport located astride a line separating two counties within a single state, it has received approval for the project from the governing body of all villages incorporated under the laws of that state which are located entirely within five miles of the nearest boundary of the airport. 12. Terminal Development Prerequisites. For projects which include terminal development at a public airport, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 612 of the Federal Aviation Act of 1958 and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning or deplaning area of such airport to passengers enplaning or deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Recordkeeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of the grant, the total cost of the project in connection with which the grant is given or used, and the amount and nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to the grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which the grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than 6 months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under the grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of labor, in accordance with the Davis -Bacon Act, as amended (40 U.S.C. 276a -276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 15. Veteran's Preference. It shall include, in all contracts for work on any projects funded under the grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Airport and Airway Improvement Act of 1982. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. Airport Assurances(10-88) Page 4 of 10 PP -A-1 4 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 by the Secretary, shall be incorporated into this grant agreement. Any modifications to the approved plans, specifications, and schedules shall also be subject to approval by the Secretary and incorporation into the grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms with the plans, specifications, and schedules approved by the Secretary for the project It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 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 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. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for nonaeronautical purposes must first be approved by the Secretary. The 9jrport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. In furtherance of this assurance, the sponsor will have in effect <i all times arrangements for -- (1) Operating the airport's aeronautical facilities whenever required; (2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and (3) Promptly notifying airmen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow, flood or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. Airport Assurances(10-88) Page 5 of 10 PP -A-1 b. It will suitable operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21. Compatible Land Use. It will take appropriate action, including the adoption of zoning laws, to the extent reasonable, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause or permit any change in land use, within its jurisdiction, that will reduce the compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimination. a. It will make its airport available as an airport for public use on fair and reasonable terms and without unjust discrimination, to all types, kinds, and classes of aeronautical uses. 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 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 fair, equal, and not unjustly discriminatory basis to all users thereof, and (2) charge fair, reasonable, and not unjustly discriminatory prices for each unit or service, provided, that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. C. Each fixed -based operator at any airport owned by the sponsor shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall have the right to service itself or to use any fixed - based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e. Each air carrier using such airport (whether as a tenant, nontenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and which utilize similar facilities, subject to reasonable classifications such as tenants or nontenants and signatory carriers and nonsignatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classifications or status. f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees (including, but not limited to maintenance, repair, and fueling) that it may choose to perform. g. In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by contractors or concessionaires of the sponsor under these provisions. h. The sponsor may establish such fair, equal, and not unjustly discriminatory conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. i. The sponsor may prohibit or limit any given type, kind, or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. Airport Assurances(10-88) Page 6 of 10 pp_A_1 6 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any persons providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services, and b. If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -based operator and such airport. It further agrees that it will not, either directly or indirectly, grant or permit any person, firm or corporation the exclusive right at the airport, or at any other airport now owned or controlled by it, to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under the Airport and Airway Improvement Act of 1982. 24. Fee and Rental Structure. It will maintain a fee and rental structure consistent with Assurance 22 and 23, for the facilities and services being provided the airport users which will make the airport as self- sustaining as possible under the circumstances existing at 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 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 base in establishing fees, rates, and charges for users of that airport. 25. Airport Revenue. If the airport is under the control of a public agency, all revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner or operator of the airport and directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. Provided, however, that if covenants or assurances in debt obligations issued before September 3, 1982, by the owner or operator of 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. 26. Reports and Inspections. It will submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request. For airport development projects, it will also make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request. For noise compatibility program projects, it will also make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of the grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request. 27. Use of Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that -- Airport Assurances(10-88) Page 7 of 10 PP -A-1 VA 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 movements of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather -reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. It will keep up to date at all times an airport layout plan of the airport showing (1) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; (2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; and (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon. Such airport layout plan and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or in any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility, or efficiency of the airport. b. If a change or alteration in the airport or its facilities is made which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the airport and which is not in conformity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested by the Secretary (1) eliminate such adverse effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in the airport or its facilities. 30. Civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program, except where Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the Droperty is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the sponsor retains ownership or possession of the property. - 31. Disposal of Land. a. For land purchased under a grant before, on, or after December 30, 1987, for airport noise compatibility purposes, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States share of acquisition of such land will, at the discretion of the Secretary, 1) be paid to the Secretary for deposit in the Trust Fund or 2) be reinvested in an approved noise compatibility project as prescribed by the Secretary. b. For land purchased for airport purposes (other than noise compatibility) under a grant before, on, or after December 30, 1987, it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value. 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 be paid to the Secretary for deposit in the Trust Fund. Airport Assurances(10-88) Page 8 of 10 PP -A-1 8 C. Disposition of such land under a. and b. above will be subject to the retention or reservation on 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 the 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 below, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. Number Subject 70/7460-iG Obstruction Marking and Lighting 150/5100-14A Architectural, Engineering and Planning Consultant Services for Airport Grant Projects 150/5200-30 Airport Winter Safety and Operations 150/5210-513 Painting, Marking, and Lighting of Vehicles Used on an Airport 150/5210-713 Aircraft Fire and Rescue Communications 150/5210-14 Airport Fire and Rescue Personnel Protective Clothing 150/5210-15 Airport Rescue and Firefighting Station Building Design 150/5220-4A Water Supply Systems for Aircraft Fire and Rescue Protection 150/5220-10 Guide Specification for Water/Foam Type Aircraft Fire and Rescue Trucks 150/5220-11 Airport Snowblower Specification Guide 150/5220-12 Airport Snowsweeper Specification Guide 150/5220-13A Runway Surface Condition Sensor—Specification Guide 150/5220-14A Airport Fire and Rescue Vehicle Specification Guide 150/5220-15 Buildings For Storage and Maintenance of Airport Snow Removal and Ice Control Equipment: A Guide 150/5220-16 Automated Weather Observing Systems (AWOS) for Non -Federal Applications 150/5220-17 Design Standards for an Aircraft Rescue and Firefighting Facility 150/5300-4B Utility Airports—Air Access to National Transportation 150/5300-12 Airport Design Standards --Transport Airports 150/5320-5B Airport Drainage 150/5320-6C Airport Pavement Design and Evaluation 150/5320-12A Methods for the Design, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces 150/5320-14 Airport Landscaping for Noise Control Purposes 150/5325-4 Runway Length Requirements for Airport Design 150/5340-1F Marking of Paved Areas on Airports 150/5340-4C Installation Details for Runway Centerline Touchdown Zone Lighting Systems 150/5340-513 Segmented Circle Airport Marker System 150/5340-14B Economy Approach Lighting Aids 150/5340-178 Standby Power for Non -FAA Airport Lighting Systems 150/5340-188 Standards for Airport Sign Systems 150/5340-19 Taxiway Centerline Lighting Systems 150/5340-21 Airport Miscellaneous Lighting Visual Aids 150/5340-23A Supplemental Wind Cones 150/5340-24 Runway and Taxiway Edge Lighting System 150/5340-27A Air -to -Ground Radio Control of Airport Lighting Systems Airport Assurances(10-88) Page 9 of 10 pp -A-1 P1 Number Subject 150/5345-3D Specification for L-821 Panels for Remote Control of Airport Lighting 150/5345-5A Circuit Selector Switch 150/5345-7D Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-10E Specification for Constant Current Regulators and Regulator Monitors 150/5345-12C Specification for Airport and Heliport Beacon 150/5345-13A Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits 150/5345-26B Specification for L-823 Plug and Receptacle, Cable Connectors 150/5345-27C Specification for Wind Cone Assemblies 150/5345-28D Precision Approach Path Indicator (PAPI) Systems 150/5345-39B FAA Specification L-853, Runway and Taxiway Centerline Retroreflective Markers 150/5345-42B FAA Specification L-857, Airport Light Bases, Transformer Houses, and Junction Boxes 150/5345-43C Specification for Obstruction Lighting Equipment 150/5345-44D Specification for Taxiway and Runway Signs 150/5345-45A Lightweight Approach Light Structure 150/5345-46A Specification for Runway and Taxiway Light Fixtures 150/5345-47A Isolation Transformers for Airport Lighting Systems 150/5345-49A Specification L-854, Radio Control Equipment 150/5345-50 Specification for Portable Runway Lights 150/5345-51 Specification for Discharge -Type Flasher Equipment 150/5345-52 Generic Visual Glideslope Indicators (GVGI) 150/5360-13 Planning and Design Guidelines for Airport Terminal Facilities 150/5370-6A Construction Progress and Inspection Report—Federal-Aid Airport Program 150/5370-10 Standards for Specifying Construction of Airports 150/5370-11 Use of Nondestructive Testing Devices in the Evaluation of Airport Pavements 150/5370-12 Quality Control of Construction for Airport Grant Projects 150/5390-2 Heliport Design Airport Assurances(10-88) 10 Page 10 of 10 PP—A-1 i PLAN Scd.:I"=200 AR'"PoR���PER7y LINE 0 REVISIONS I TOWN OF SOUTHOLD FISHERS ISLAND , NY ELIZABETH FIELD AIRPORT Ft. 200 1 s 1 >• _� EXHIBIT "A" W CN.�ae a, Caboerinos& Ina DATE, 7UCY lose SHEET NO. Ilil YAM Illy, NO ALTERATION PERMITTED HEREONErq�nesn. P C CHfcREO !n 7x209 PSUBDIVISONID2 OF THECET AS PROVED ER NEWCTYORK SEION SCALE As SHOWN OF s... .. wm STATE EDUCATION LAW FILE NO 211.001 �AL REPORT PAVEMENT EVALUATION STUDY ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD FISHERS ISLAND, NEW YORK APRIL 1992 t 'AFT t 1 1 1 1 t 1 TECHNICAL REPORT PAVEMENT EVALUATION STUDY ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD FISHERS ISLAND, NEW YORK FAA AIP PROJECT NO. 3-36-0029-04-91 NYSDOT PROJECT NO. 0913.04 APRIL 1992 CALOCERINOS & SPINA ENGINEERS, P.C. 1020 Seventh North Street Liverpool, New York 13088 211.005 TABLE OF CONTENTS EXECUTIVE SUMMARY ........................................... El ISECTION 5 - REHABILITATION COST ANALYSIS ........................... 34 i SECTION 1 - INTRODUCTION ........................................ 1.01 AIRFIELD PAVEMENTS 1 1 1.02 PROPOSED STUDY ...................................... 2 1.03 1.04 PURPOSE AND SCOPE OF REPORT ...:.......:..:.....:...:. SCOPE OF STUDY 2 2 SECTION 2 2.01 - PAVEMENT AND SOILS INVESTIGATION .... .:... ..:..:.:...: INTRODUCTION 4 4 2.01.1 Regional Setting .................................... 4 2.02 2.03 FIELD TEST PIT'S ..... • • •................................ LABORATORY TESTING 5 5 2.04 TEST BORINGS .......................................... 6 2.05 FINDINGS ............................................. 2.05.1 Existing Flexible Asphalt Pavement ........................ 6 6 2.05.2 Subgrade Soils ..................................... 9 2.05.3 Ground Water ..................................... 12 2.05.4 Bedrock ......................................... 13 2.05.5 Subgrade Density 13 2.05.6 Subgrade Strength ................................... 14 2.05.7 Frost Depth Analysis ................................. 16 2.06 CONCLUSIONS AND RECOMMENDATIONS 17 2.06.1 Conclusions ....................................... 17 2.06.2 Recommendations ................................... 17 SECTION 3 - PAVEMENT ANALYSIS ................................... 18 3.01 3.02 CONSTRUCTION HISTORY...... EXISTING PAVEMENT CONDITION .......................... 18 19 3.02.1 Longitudinal, Transverse and Reflective Cracking (Asphalt Pavement) .. 20 3.02.2 Depression (Asphalt Pavement) ........................... 3.02.3 Raveling and Weathering (Asphalt Pavement) 21 22 3.02.4 PCC Pavements .................................... 23 3.04 3.02.5 Existing Pavement Condition Summary ...................... PAVEMENT STRENGTH AND DESIGN 24 25 3.05 PAVEMENT GEOMETRICS................................ 27 3.06 3.07 EXISTING PAVEMENT SURFACE GRADIENTS ..:..:..:.:...:.:.. CONSTRUCTION ISSUES 27 28 3.08 REHABILITATION METHODS .............................. 30 3.08.1 Aircraft Parking Apron Rehabilitation ....................... 3.08.2 Runway Rehabilitation ................................ 30 31 SECTION 4 - CONCLUSIONS AND RECOMMENDATIONS ..................... 4.01 CONCLUSIONS ........................................ 32 32 4.02 RECOMMENDATIONS .................................... 33 ISECTION 5 - REHABILITATION COST ANALYSIS ........................... 34 i 1 1 1 1 1 I f 1 1 1 1 f REFERENCES APPENDICES A - Geotechnical Data B - Pavement Design Data C - Photographs FIGURES Figure No. I - Figure No. 2 - Figure No. 3 - General Plan Boring Plan Topographic Survey 1 r EXECUTIVE SUMMARY Elizabeth Field Airport is located on Fisher's Island, New York. The Town of Southold owns the Airport while its operation is the responsibility of the Town's Fishers Island Ferry District. Elizabeth Field serves the general aviation demand for Island residents and several local air taxi companies. The Airport is recommended to serve as a basic utility airport according to the New York State Downstate Regional Aviation System Plan. Elizabeth Field has two existing runways and a small asphalt aircraft parking apron. The primary rrunway, designated 12-30, is 2,328 feet long and 150 feet in width. The secondary runway designated 1 7-25, is 1,790 feet in length and 150 feet wide. All of the airfield pavements constructed in the 1940's by the U.S. government. Since the original construction, the pavements have received minor repairs and a sealcoat. In order to evaluate the condition of the existing pavements and develop a program for rehabilitation, this Pavement Evaluation Study was commissioned by the Town of Southold. This project is funded by the Federal Aviation Administration, New York State Department of Transportation, and the Town of Southold. ' The Pavement Evaluation Study included the following professional services: 1. A complete topographic survey of the airfield pavements. 1 2. A soils and pavement investigation program including borings, corings, test pits, and tests to determine subgrade soil characteristics, subgrade CBR values, existing pavement depths, and depths and condition of existing granular base and subbase materials. 3. A visual inspection of the existing airfield pavements. 4. Evaluation of airfield pavement geometrics and longitudinal and transverse grades. 5. Pavement strength evaluation and design to determine the rated strength of the existing pavement. I E-1 1 u t 1 i 1 n 6. The development of recommended methods for pavement rehabilitation and preparation of construction cost estimates. 7. Preparation of this Report outlining the results of the study including conclusions and recommendations. Based upon our review and analysis of the results of this study, the following conclusions and recommendations are provided for consideration by the Town of Southold and Fishers Island Ferry District. CONCLUSIONS 1. The existing parking apron has completely failed and can not be rehabilitated without complete reconstruction of the pavements. Reconstruction is not recommended, however, because the existing apron is located within the Runway 7-25 Object Free Area. 2. The aircraft parking apron should receive an emulsified asphalt slurry seal to preserve the pavement until a new apron is constructed. 3. The existing Airport pavements should be designed for single gear aircraft with gross weights less than 12,500 pounds. 4. Airport geometrics and design should be in accordance with Airplane Design Group II standards. 5. Existing runway pavement strengths are greater than 12,500 pounds, single gear. 6. Both Runways 7-25 and 12-30 require bituminous maintenance overlays in order to correct existing pavement defects. 7. The unique location of the Airport will substantially increase construction costs. 8. Standard construction unit costs should be increased by 35% to account for the Island's unique location. E-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RECOMMENDATIONS 1. Rehabilitate Runway 7-25 with a maintenance overlay to a length and width of 1,790 feet and 75 feet respectively. 2. Rehabilitate Runway 12-30 with a maintenance overlay to a length and width of 2,328 feet and 100 feet respectively. 3. Slurry seal the existing aircraft parking apron as a short-term measure to preserve the pavement until the proposed new apron is constructed. 4. Repair the existing concrete pavement overrun joints and overlay all three runway overruns to preserve the pavements. Project costs for the proposed Runway 7-25 and Runway 12-30 overlay projects are $652,000.00 and $898,000.00, respectively. E-3. r. SECTION I - INTRODUCTION Elizabeth Field Airport is located on Fishers Island, New York. Fishers Island is situated beyond the northeast end of Long Island and is about 8 miles away from New London, Connecticut. The Town of Southold acquired Elizabeth Field Airport from the United States Government in 1959. The operation of the Airport is the responsibility of the Town's Fishers Island Ferry District which was established in 1947. Fishers Island is a vacation community with approximately 400 full-time residents and 2,250 summer residents. The only scheduled ferry service available to the Island is from New London. Elizabeth Field serves the general aviation demand for island residents and several local air taxi companies. The Airport is recommended to serve as a basic utility airport according to the New York State Downstate Regional Aviation System Plan. Two single-engine aircraft are currently based at the Airport. The Airport suppofts approximately 10,800 operations annually. A majority of the aircraft which use the Airport are within Airplane Design Group I which have wingspans less than 49 feet. 1.01 AIRFIELD -PAVEMENTS Elizabeth Field Airport has two asphalt runways and a small asphalt aircraft parking apron. Refer to Figure No. 1 for a General Plan of the Airport. The primary runway, designated 12-30, is 2,328 feet long and 150 feet in width. Both runway ends have 240 feet of paved overrun. The overruns are constructed of bituminous and PCC pavement. The secondary runway, designated 7-25, is 1,790 feet in length and 150 feet wide. A 150 foot long PCC overrun is provided at the Runway 25 end. ai.\a\zii\aos\d—ro -1- A small aircraft parking apron, approximately 3,400 square yards in size, adjoins the runway pavement at the Runway 25 end. The apron also abuts a small terminal/maintenance building. 1.02 PROPOSED STUDY The Elizabeth Field pavements were originally constructed by the U.S. government in the 1940's. Since the original construction, the pavements have received minor repairs and a sealcoat. In order to evaluate the condition of the existing pavements and develop a program for rehabilitation, this Pavement Evaluation Study was commissioned by the Town of Southold. This project is funded by the Federal Aviation Administration (FAA) through the Airport Improvement Program (AIP), by the New York State Department of Transportation (NYSDOT) and the Town of Southold. 1.03 PURPOSE AND SCOPE OF REPORT The purpose of this report is to present the results of the'Pavement Evaluation Study. The Report will present the basis upon which the pavement was evaluated and rehabilitation alternatives developed. Based upon the results of the pavement investigation the report will present pavement rehabilitation recommendations including detailed construction cost estimates for individual rehabilitation alternatives. 1.04 SCOPE OF STUDY To complete the Pavement Evaluation Study, the following scope of services were rendered: 1. A complete topographic survey of the airfield pavements. 2. A soils and pavement investigation program including borings, corings, test pits, and tests 3 to determine subgrade soil characteristics, subgrade CBR values, existing pavement depths, and depths and condition of existing granular base and subbase materials. A visual inspection of the existing airfield pavements. A 1 1 1 1 M 11 .i,\4\21 Iwos\d-.gx -2- � 1 1 1 1 1 1 1 1 1 1 r i 4. Evaluation of airfield pavement geometrics and longitudinal and transverse grades. 5. Pavement strength evaluation and design to determine the rated strength of the existing pavement. 6. The development of recommended methods for pavement rehabilitation and preparation of construction cost estimates. 7. Preparation of this Report outlining the results of the study including conclusions and recommendations. air\4\21 I \005\&s. rpt END OF SECTION -3- 1 1 1 1 1 1 1 f1 SECTION 2 - PAVEMENT AND SOILS INVESTIGATION 2.01 INTRODUCTION A pavement and soil investigation program was conducted in order to determine the condition and physical properties of the existing pavements and subgrade soils at Elizabeth Field, Fishers Island, New York. The program consisted of a field investigation and laboratory testing program. The field investigation included borings, pavement corings and the excavation of test pits. Field tests consisted of California Bearing Ratio (CBR) and in-place density determinations. Laboratory testing included mechanical sieve analysis, hydrometer analysis, standard proctors, and CBR determinations. All test borings, pavement cores, test pits, and laboratory analysis were performed by Professional Service Industries, Inc., Northeast, of Northfield, New Hampshire under the direction of Calocerinos & Spina, Engineers, P.C.. Geotechnical data obtained during the referenced subsurface investigation, which included field and laboratory tests results, are presented in the following subsections and Appendix "A" of this Report. 2.01.1 Regional Setting Fishers Island, New York is located approximately 8 miles south of New London, Connecticut and 24 miles northeast of Long Island; New York. Elizabeth Field is situated at the southeast corner of the Island with the approaches to runways 07, 12, and 30 extending over the ocean. The airfield was initially constructed by the military in the early 1940's. In 1959 the Town of Southold obtained the airfield from the U.S. government. The surfacial geology surrounding the airfield typically consists of rounded cobbles, gravel, sand, with a small percentage (trace) of fine-grained soils (silts and clays). .ir\4\21I\005�de rq 10 2.02 FIELD TEST PITS Six test pits were excavated in the turfed areas adjacent to the runway and apron pavement. The test pits were excavated in order to visually classify the soils, observe in-situ subgrade soil conditions, and to recover bulk soil samples for laboratory analysis. Field CBR's were performed at subgrade levels for each of the test pits. Field test pits were spaced approximately 933 feet apart. Five test pits were located along Runways 12-30 and 7-25 and one adjacent to boring B-21. Refer to Figure No. 2 for a Boring and Test Pit Plan. Test pits were excavated with a Caterpillar 426 Series II rubber -tired backhoe. In-situ subgrade conditions such as stability and seepage were observed in an effort to identify the potential for construction related problems to occur. Field tests consisted of 1 -point CBR's and in-place density tests in accordance with ASTM D4429 and ASTM D2937, respectively performed at a depth of ±2.5 feet below ground surface. One field CBR and one in-place density test were performed in each of the test pit locations, with bulk samples obtained at the same test depth. Each of the test pits were logged to a depth of ±5 feet to identify any strata changes with depth which may have influenced the field test results. 2.03 LABORATORY TESTING Laboratory testing consisted of determining the particle -size distribution with mechanical sieve analysis and selected hydrometers (ASTM D422) to measure the clay and silt particle percentage, maximum dry density based upon standard proctor energy (ASTM D698), natural moisture content (ASTM D2216), as well as 1 and 3 -point laboratory CBR's (ASTM D1883). Based upon the particle -size distribution, the soil was classified according to the Unified Soil Classification System (USCS)(ASTM D2487). Pavement cores were evaluated for thickness, mix type, aggregate type and maximum aggregate size. Test results for both soils and pavement are presented in Appendix "A" and summarized in Table atr\a%zuwosWm.rpt —5— 2-1. 2.04 TEST BORINGS Twenty-one test borings, nineteen located on the runway pavement, two located on the apron pavement, and one in the neighboring field were advanced as art of the field investigation. The test g g P g boring and test pit locations are shown on the Boring & Test Pit Plan, Figure No. 2. Test borings were l� typically spaced approximately 255 feet apart. Test borings were staggered about the pavement centerline �i whenever possible along the length of both runways. All borings were advanced with 3-1/4" hollow stem augers. Soil sampling and Standard Penetration Tests were performed in accordance with ASTM D1586, using a 2" O.D. split spoon sampler. Sampling at each of the borings located in the runway pavement was continuous from 1 foot to a depth of 10 feet. Prior to advancing the hollow stem augers, the flexible pavement was cored for laboratory analysis. The soil samples will be retained for a period of one year by the drilling contractor. 2.05 FINDINGS The results of the pavement and soils investigation program form the basis upon which the quantitative judgements regarding the Airfield pavement, constituents, condition, and subgrade soil properties were made. 2.05.1 Existing Flexible Asphalt Pavement 1 Eighteen pavement cores were obtained as part of this investigation. Sixteen along the runways and two in the apron. Pavement cores taken along Runways 07-25 and 12-30 indicate that total thickness of the existing bituminous asphalt and stabilized base coarse are quite variable. The bituminous pavement thickness along the Runway 12-30 (B-2 through B-10) ranged from 2.8" at B-9 to 4.5" at B-6, for an average of 3.86 inches. The bituminous pavement thickness along Runway 07-25 (B-13 through B-19) ranged from 2.2" at B-18 to 6.7" at B-13, for an average of 4.44 inches. In the area of the current apron, two pavement cores were .ir\4QII os\dw.rp —6- obtained. The thickness of the pavement was 1.5" and 2.2". Table 2-1 lists results from the pavement core analysis including slurry seal, original top course thickness, macadam coarse thickness, particle -size analysis for the entire core, liquid asphalt content, and subbase thickness. At each of the pavement core locations the thickness of subbase was measured. The subbase thickness along Runway 12-30 (B-2 through B-10) ranged from 4" at B-3 to 8" at B-9, for an average of 5.67 inches. The subbase thickness along Runway 07-25 (B-13 through B-19) ranged from 5" at B-16, B-17, and B-18 to 8" at B-14, for an average of 5.86 inches. Subbase was not encountered at either of the pavement cores in the apron area, B-20 or B -20A. The subbase material appeared to consist of rounded and subrounded uniform size cobbles. The Boring Logs in the Appendix of this report are in error concerning the size of the subbase material. At the Runway 12, 25, and 30 ends, there exists PCC paved overruns. No cores were taken within the PCC pavement areas. The PCC pavements appear to be in fair condition. There were some cracks and surfacial spalling. . The runway pavements appear to be in generally good condition exhibiting only minor distress which can most likely be attributed to the age of the pavement. The apron pavement has failed and is beyond repair and in our opinion, requires complete reconstruction. airW21 I\005\de.ryt —7- 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 M W' M IMM r Table 2-1 Pavement Core Analysis Results Core # Asphalt Emulsion Slurry Seal (inches) Top Coarse (inches) Macadam (inches) Total Asphalt Thickness (inches) Subbase Thickness (inches) Sieve Size Percentage Passing 3/4" 1/2" 3/8" #4 #10 #20 #40 #50 #80 #200 % Liquid Asphalt Content Runway 12-30 ' B-2 0.3 2.6 1.5 4.4 6 100 99 96 67 49 35 20 13 7 2.8 4.2 B-3 0.4 2.6 1.3 4.3 4 100 98 94 66 50 36 19 12 7 3.1 4.4 B-4 0.3 2.5 1.5 4.3 3 100 99 95 69 50 35 20 13 7 3.1 4.6 B-5 0.4 2.5 1.3 4.2 1 6 100 100 1 96 67 1 48 34 1 21 15 1 10 3.6 5.3 B-6 0.4 2.6 1.5 4.5 6 100 100 99 67 48 34 21 15 11 3.7 6.1 B-7 0.8 1.3 1.3 3.4 6 100 100 98 66 50 35 21 16 11 3.9 5.0 B-8 0.2 2.1 1.1 3.4 6 100 100 97 68 51 36 23 16 10 4.3 4.8 B-9 0.4 2.4 xxx 2.8 1 8 100 99 1 96 68 1 49 36 1 21 16 1 10 3.8 5.5 B-10 0.4 1 1.7 1.3 3.4 6 1 100 100 98 69 50 35 22 15 9 4.1 5.7 Average 0.4 2.26 1.35 3.86 5.67 100 99.4 96.6 67.4 49.4 35.1 20.9 14.6 9.1 3.6 5.1 Runway 07-25 B-13 1.9 3.3 1.5 6.7 6 100 99 93 66 47 34 22 17 10 3.8 5.0 B-14 0.4 2.8 1.7 4.9 8 100 100 94 65 46 34 23 17 9 3.8 4.9 B-15 0.4 2.7 1.6 4.7 6 100 99 94 69 52 38 26 17 9 3.4 4.6 B-16 0.4 3.2 1.2 4.8 1 5 100 100 1 98 69 1 52 40 1 26 18 1 9 3.0 1 4.5 B-17 0.2 2.5 1.5 4.2 5 100 100 97 70 51 38 25 20 14 4.9 5.7 B-18 0.4 1.8 xxx 2.2 5 100 100 98 73 52 37 26 20 15 5.4 6.0 B-19 1 0.5 1 1.9 1 1.2 3.6 6 1 100 100 100 98 70 51 38 27 21 14 xxx Average 0.6 2.6 1.45 4.44 5.86 100 1 99.7 96.3 1 72.9 1 52.9 1 38.9 1 26.6 1 19.4 1 12.4 5.5 1 5.1 gpron'Section B-20 0.3 1.2 xxx 1.5 0 100 100 95 92 86 72 52 29 19 10 xxx B-20A 0.3 1.9 xxx 2.2 0 100 100 96 91 85 70 53 31 21 11 xxx Average 0.3 1.6 xxx 1.$5 0 100 100 95.5 91.5 85.5 71 52.5 30 20 10.5 xxx ouw\zi I W5\d-..pt -g- 2.05.2 Subgrade Soils Subgrade soils encountered directly beneath the pavement subbase were found to be fairly uniform along the entire length of both runways and the apron. Typically, the underlying deposits consisted of fine to coarse sand, fine to coarse gravel, cobbles, and trace to some silt in varying percentages. From the test boring and test pits it was observed that the first several feet underlying the runway and a short distance adjacent to the runway consisted of fill. Since this investigation concentrated along the runway and apron, no additional subsurface investigation exploration took place elsewhere. It appears that the fill was placed in some locations over peat and in others over sand and gravel to build the area up to "grade". At several locations, peat was encountered during the field investigation. Those locations are presented in Table 2-2 of this report. Table 2-2 Depths of Peat at Test Pits and Test Boring Locations Location Deoths of Peat Thickness of Peat' Description B-5 2' to 2'-6" 6" Moist, Slightly Compact, Dark Brown, Peat B-9 2'-9" to 3'-3" 6" Moist, Very Loose, Dark Brown, Peat B-13 5'-6" to 6'-6" 12" Wet, Loose, Dark Brown, Peat B-14 2'-6" to 3' 6" Wet, Loose, Dark Brown, Peat B-15 V to 2'-6" 18" Moist, Medium Dense, Red/Brown, Fine Sand and Peat TP -1 2'-8" to 3'-1" 5" Moist, Dark Brown, Peat TP -2 V-3" to 1'-11' 8" Moist, Dark Brown, Peat At TP -1 the field CBR was determined 18" below grade, below the peat layer while at TP -2 the CBR was determined at 17" below grade, within the sand and peat. These depths were selected for CBR tests to obtain comparative strength values for those portions of the runway over peat compared to areas not over peat. 1 i 0ir\4\21 1w05\d".rpt -9- 1 1 1 1 1 1 1 Due to the presence of compacted peat at several boring locations, it is suspected that the airfield was originally constructed in a marsh or wetland. Apparently, during the construction of the airfield, not all the peat was removed before backfilling with native granular material. Based upon the visual appearance of the runway pavement, the underlying peat apparently has consolidated and does not appear to be adversely affecting the performance of the pavement. With the exception of the locations listed in Table 2-3, the in-situ soil below the peat and at other locations, consisted of fine to coarse sand, fine to coarse gravel, and cobbles. At one of the boring locations (B-14) from a depth of 3' to 5' from grade a soft, non- plastic silt was encountered. This was the only boring or test pit where a predominant pure silt soil was encountered. From a particle -size analysis the sample contained 0% gravel, 43% sand, 44.5% silt, and 12.5% clay. At the remaining locations silt was encountered only in small percentages or not at all. Ixi 64\211`A05\dm.rpt 1 -10- 1 Table 2-3 Depths of Fine -Grained Soils in Test Pits and Test Borings I Location Depth .. . ... .... Descriptio B-2 1' to 2'-6" Fine Sand and Silt B-4 3' to 4'-4" Silty Sand B-6 2' to 3'-5" Fine Sand and Silt B-9 1' to 2'-9" Trace Silt 3'-3" to 10'-6" Fine Sand and Silt B-10 1' to 3' Sand and Silt 3' to 10'-6" Trace Silt B-11 0" to 4' Sand, Gravel, Some Silt B-12 1' to 3' Fine Sand and Silt Grading to Coarse Sand 7' to 10'-6" Fine Sand and Silt B-14 1' to 2'-6" Fine Sand and Silt 3' to 5' Soft Silt TP -1 7" to 11" Silty Sand 1'-6" to 2'-8" Silty Sand and Gravel 3'-1" to 5' Silty Fine Sand TP -2 5" to 1'-3" Silty Sand 'and Gravel 2'-8" to 5' Silty Sand TP -3 2'-9" to 3'-9" Silty Sand 3' 9" to 5' Silt and Sand TP -6 5" to 2'-4" Silty Sand and Gravel Laboratory tests were performed on bulk soils sampled from each of the test pit locations. Bulk soil samples were typically obtained 18" below current subgrade, under the piston of the field CBR test. Table 2-4 lists results from the particle -size analysis conducted from bulk samples from the six test pits. "ir\4m 1w05\dc".rpt -11- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t Table 2-4 Particle -Size Analysis from the Bulk Samples obtained from the Six Test Pits Percentage Passing TP -1 TP -2 TP -3 TP4: TP -5 TP -6 %-1" 88.7 100 93.0 93.7 78.3 87.0 %-#4 76.4 100 76.0 91.2 45.2 70.4 %_#10 66.4 100 69.5 89.7 34.8 61.0 %-#40 52.0 91.5 52.0 76.0 9.7 38.0 %-#60 43.0 83.5 43.0 57.2 4.8 28.3 %-#80 38.5 76.5 36.5 43.6 3.0 22.9 %-#100 35.5 70.0 32.5 33.0 2.0 19.0 %-#200 25.5 45.0 22.5 14.0 0.9 10.3 %-0.005mm 4.5 8.5 6.5 - - - Depth (ft) 18" 18" 18" 18" 18" 18" USCS SW SM SP -SW SP GW SW From the laboratory particle -size analysis, the percentage of fine-grained soils (passing the #200 U.S. Std. Sieve) within the six test pits ranged from 0.9% at TP -5 to 45.0% at TP -2. From the particle -size distributions listed above in Table "24", the critical soil type appears to be silty sand, SM, sand -silt mixture in TP -2. TP -2 is located at the intersection of the two runways. Since the soils encountered on-site were generally granular, Atterberg Limits were not conducted. Considering the fairly uniform nature of the subgrade soils, it is recommended that the most limiting soil type or worst case condition be selected for the pavement evaluation. The soils underlying both runways generally consist of fine to coarse sand, fine to coarse gravel, trace to some silt. The Type SM soil will be selected for analysis and design of the pavement rehabilitation. 2.05.3 Ground Water Groundwater at Elizabeth Field is relatively close to ground surface due to the close airWQI I \005 dcs.rpt -12- proximity to the ocean and low elevation. With the exception of B-21, the top of groundwater was observed to be at approximately 5 feet below grade during drilling. At B-21, located on a hill, 450 feet perpendicular to Runway 07-25, groundwater was not encountered. One observation well was installed on-site to monitor the water level fluctuation adjacent to the runways over time. The well, OW -1, was installed at the intersection of the two runways on the south side of the airfield. Following. installation, the groundwater level within OW -1 was 4'-9" below grade. 2.05.4 Bedrock Bedrock was not encountered at any of the test borings or test pit locations. However, at borings B-11 and B-20, refusal of the spoon and augers occurred at 4' and 1', respectively It was suspected that boring refusal occurred due to boulders which are visually evident at the shoreline and inland. This theory was not verified. 2.05.5 Subgrade Density In-place density tests were performed using the sand cone method in each of the test pit locations in accordance with ASTM D:1556. Corresponding laboratory compaction tests were also performed on test pit samples in accordance with ASTM D698, to determine the relative degree of field compaction based upon standard proctor energy. Natural density or compaction of the subgrade soils in turfed areas, adjacent to the runway and apron, were generally found to be 58.6 to 107.4 percent of maximum density based upon standard proctor energy. This range in densities would appear reasonable given the range of "N" -values of borings from subgrade depth to 10.0 feet, and the soil types encountered along both runways and the apron. The natural moisture content of soil samples obtained from a majority of the test pits exceeded their optimums by as much; as 28.7%, evident in TP -2. Usually, when the natural moistures exceed their optimum, natural compaction or subgrade densities decrease, thereby F� 1 u fl 1 1 1 ,;,\a\zi iwos\d".gx -13- 1 1 reducing subgrade strengths. It should be noted that these results were obtained in turfed areas adjacent to the runways, whereas subgrade densities are expected to be somewhat greater beneath the present runway and apron pavements, due to the following: compaction during original construction as well as consolidation over time, due to the imposed aircraft wheel loading and pavement deadload. localized de -watering due to the presence of the impermeable pavement cap over subgrade. Table 2-5 In -Situ and Laboratory Densities The high natural moisture content of the bulk sample from TP -2 is attributed to a high percentage of fine-grained soil. With over 45% passing the #200 U.S. Std. Sieve, the moisture content of the soil is expected to be higher, compared with granular soil. Table 2-5 contains in-situ and field density results from the six test pits. 2.05.6 Subgrade Strength In order to determine the load bearing capacity of the subgrade soils, California Bearing Ratio (CBR) tests were performed both in the field andin the laboratory. The field CBR's were .i,\4\21 i w05\d".,a -14- Natural Moisture Content '' N Feld Density (pcf) Optimum Moisture Content N Maximum Dry Density (Pcf) Compaction (96} TP -1 18" 20.9 121.5 10.5 119.5 101.7 TP -2 17" 42.9 56.8 14.2 96.9 58.6 TP -3 17-3/8" 19.3 79.7 9.2 124.8 63.9 TPA 17-3/8" 26.8 112.4 7.9 109.3 102.8 TP -5 17-5/8" 2.2 138.2 6.6 128.7 107.4 TP -6 20" 13.0 128.3 12.4 122.0 105.2 Note: The above data is based upon laboratory tests performed in accordance with ASTM D698 The high natural moisture content of the bulk sample from TP -2 is attributed to a high percentage of fine-grained soil. With over 45% passing the #200 U.S. Std. Sieve, the moisture content of the soil is expected to be higher, compared with granular soil. Table 2-5 contains in-situ and field density results from the six test pits. 2.05.6 Subgrade Strength In order to determine the load bearing capacity of the subgrade soils, California Bearing Ratio (CBR) tests were performed both in the field andin the laboratory. The field CBR's were .i,\4\21 i w05\d".,a -14- performed in test pits dug in the turf area adjacent to the runway. Field CBR tests were performed using a Caterpillar 425 Series II backhoe. The backhoe was set-up such that the front bucket was placed flat just off the ground surface and the rear shovel and outriggers were set to prevent movement. To ensure that the front bucket of the loader did not move while the load was being applied, the distance was measured against a fixed reference point before and after the test. For all five field CBR tests, the front bucket of the loader did not move. The field CBR tests were supervised full-time by a C&S engineer. The purpose of the field CBR's was to determine the in-situ undrained shear strength of the subgrade soil. Laboratory CBR's by comparison, were used to determine the relative strength of the same subgrade soils when compacted to varying degrees of maximum compaction. Due to the expected aircraft weight the Standard Proctor Density (ASTM D698) was used for comparison. One point field CBR's were performed in each of the six test pit locations, representing the various soil types encountered adjacent to the runway and apron. Both 1 -point and 3 -point laboratory CBR's (ASTM D1883) were performed on corresponding bulk samples. Field CBR's were performed in accordance with ASTM D4429, with laboratory CBR's performed in accordance with ASTM D1883. Table 2-6 contains results of field and laboratory CBR tests. 1 u 1 1 11 air\4\211\00AW .rpt -15- 1 J Table 2-6 In -Situ and Laboratory CBR Results Test Pit Test Field CBR' Lab CBR% Lab CBR Soaked Loa Depth Q 4.1"/0.2° Moisture Campactign CBR (ft) Content M TP -1 18" 12.8/13.3 2.2 93.0 36/42 3.9 96.5 48/52 6.5 100.0 48/63 TP -2 17" 4.0/3.5 17.6 104.1 9/12 TP -3 17-3/8" 3.8/3.2 18.0 103.0 10/13 TP -4 17-3/8" 15.7/16.3 5.0 93.0 14/17 7.7 97.0 27/27 9.0 99.3 30/35 TP -5 17-5/8" 19.9/17.4 6.0 136.1 38/50 [::TP -6 - 6.9/5.9 — — — The average field CBR for 0.1" and 0.2" of penetration, was 10.5 and 9.9, respectively. Whereas the average values obtained from the soaked laboratory CBR for 0.1" and 0.2" were 28.9 and 34.6, respectively. No laboratory CBR tests were performed for TP -6. Based upon soil types encountered on-site, the design soil is the SP or SP -SW. The expected range of field CBR values according to the Federal Aviation Administration (FAA) Advisory Circular 150/5320-6C is 15 to 25 for Type SP soils. 2.05.7 Frost Depth Analysis Frost penetration analysis and design is not required for this airfield due to the airport classification as a general aviation airfield and the mild climate. „,k4\2I \005\dw.rp -16- 2.06 CONCLUSIONS AND RECOM1VlMlENDATIONS Based upon the findings of the soils investigation program, the following recommendations are provided: 1. According to the Federal Aviation Administration (FAA) Advisory Circular 150/5320- 6C, the critical soil with the lowest expected field CBR value is the SP or SP -SW. 2. Considering the actual verses the expected range in CBR values for the Type SP design CBR subgrade soils, the variable soil types and their respective values, as well as their potential for high ground water levels and highly permeable natural subgrade soils, a design CBR of 10 can reasonably be selected for pavement design purposes. 3. Given the permeable nature and structural stability of the subgrade soils encountered, no geotechnical engineering fabric or underdrains are recommended. 4. From the field boring program it was discovered that there is no subbase material beneath the flexible pavement in the apron. 5. The average thickness of subbase under runway 12-30 and runway 07-25 was 5.67" and 5.87", respectively. The total asphalt thickness including the slurry seal, top coarse, and macadam for runway 12-30 and 07-25 was 3.86" and 4.44", respectively. The apron section does not have a subbase coarse and the total asphalt thickness averaged 1.85". END OF SECTION air\4\211\WS\d cqx -17- SECTION 3 -PAVEMENT ANALYSIS A pavement evaluation study of the airfield pavements was commissioned in order to determine the existing condition of the pavements and to develop rehabilitation alternatives. The evaluation of a pavement involves a visual inspection of the pavement to identify visible pavement distress, a subsurface and pavement investigation program to determine the physical properties of the pavement materials and subgrade soils, and the analysis of the results of both the visual inspection and subsurface and pavement investigation program in order to develop rehabilitation alternatives. IA visual inspection of airfield pavements was conducted on October 15, 1991 to determine their present condition. The results of the visual inspection are presented making use of pavement distress definitions outlined in Federal Aviation Administration Advisory Circular 150/5380-6, entitled, "Guidelines and Procedures for Maintenance of Airport Pavements". The existing and required airfield pavement strength and rehabilitation alternatives were determined in accordance with FAA AC 150/5320-6C, entitled, "Airport Pavement Design and Evaluation" and FAA AC 150/5300-13, entitled, "Airport Design". The 1989 Airport Layout Plan, and results of the visual pavement inspection, and soil and pavement investigation program served as the basis Ifor evaluating the existing pavement and developing rehabilitation alternatives. 1 3.01 CONSTRUCTION HISTORY Elizabeth Field was constructed by the U.S. military in the early 1940's. Since the airfield's original construction both Runways 7-25 and 12-30 have received minor repairs and rehabilitation efforts. Based upon facility record drawings and the results of the pavement coring program conducted as part of this study, the constituents and construction history of the airfield pavements can be developed. Refer Iair\4\211\005td-.rpt -18- 1 to Table 3-1 for the details of the airfield pavement construction history and specifications. TABLE 3-1 AIRFIELD PAVEMENT CONSTRUCTION HISTORY YEAR PROJECT DESCRIPTION & SPECIFICATIONS Early Original Construction Runway 725 1940's Length: 1950 ft. Width: 150 ft. Concrete Overrun R/W 25: 150 ft. Pavement Section (Avg.): Bituminous Surface Course: 2.6 inches Stabilized Base Course: 1.5 inches Subbase Course: 6 inches Runway 12-30 Length: 2508 ft. Width: 150 ft. Concrete Overruns (Both Ends): 150 ft. Pavement Section (Avg.): Bituminous Surface Course: 2.3 inches Stabilized Base Course: 1.4 inches Subbase Course: 6 inches Apron Size: 177 square yards Pavement Section (Avg.): Bituminous Surface Course: 1.2 inches 198.5 Rehabilitation of Runway 7-25 Existing Runways Average Depth: .6 inches (Pavement Slurry Seal) Runway 12-30 Average Depth: .4 inches Since 1985, no major improvements of the airfield pavements has been undertaken. 3.02 EXISTING PAVEMENT CONDITION A visual inspection of the airfield pavements was performed on October 15, 1991 to determine the present condition of the pavements. The presence and severity level of pavement distress was for the most part uniform over the entire surface of both runway pavements. a,r\4\21 1w05\&a.rpt -19- 1 i 1 1 f 1 1 1 1 i 1 1 1 1 The asphalt pavement portions of the two runways have pavement defects including longitudinal Iand transverse cracking, depressions, and weathering. PCC pavement, which serves as runway overruns, has defects including longitudinal, transverse, and diagonal cracks, joint seal damage, scaling, and settlement. The aircraft parking apron has many visible pavement defects and in our opinion has deteriorated to the point where reconstruction of the pavement is the only viable rehabilitation alternative (refer to photos, Appendix Q. Considering the age and composition of the apron pavement section, this type of severe pavement deterioration and failure is to be expected. Due to the extremely poor condition of the apron pavement, further discussion of apron pavement distress types and severity levels is not included in this Report. Pavement distress is identified and rated in accordance with Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5380-6, Appendix B, Airport Pavement Distress Identification Manual". The following pavement distress types and severity levels were identified during the visual inspection of the airfield runway pavements: 3.02.1 Longitudinal, Transverse and Reflective Cracking (Asphalt Pavement) Longitudinal cracks are parallel to the pavements centerline and are usually caused by poorly constructed paving lane joints or shrinkage of the asphalt content of the surface course. Transverse cracks extend across the pavement perpendicular to the runway centerline. Transverse cracks are usually caused by shrinkage of the surface course asphalt content due to low temperatures or harding of the asphalt. Both types of cracking are not normally associated with pavement failure due to overloading or load repetition. The following longitudinal and transverse crack severity levels are presented in AC 150/5380-6, and will be used throughout this report: Severity Levels a. Low Severity Level (L). Cracks have either little or no spalling with no loose particles. The cracks can be filled or non-filled. Non-filled cracks have a mean width of 1/4 inch efr\4\21 1\005\&., nx -20- 1 or less. Filled cracks are of any width, but their filler material is in satisfactory condition. b. Medium Severity Level (M). One of the following conditions exist: (1) Cracks are moderately spalled with few loose particles and can be either filled or non-filled of any width. (2) Filled cracks are not spalled or are only lightly spalled, but the filler is in unsatisfactory condition. (3) Non-filled cracks are not spalled or are only lightly spalled, but mean crack width is greater than 1/4 inch. (4) Light random cracking exists near the crack or at the corners of intersecting cracks. C. High Severity Level (H). Cracks are severely spalled with loose and missing particles. They can be either filled or non-filled of any width. Both Runway 7-25 and 12-30 have minimal amounts of low and medium severity longitudinal and transverse cracking (refer to photos, Appendix Q. There was no evidence of reflective cracking. Longitudinal cracks appeared along paving lane joints and transverse cracks were randomly located. In our opinion, standard types of crack repair procedures can be employed to repair the longitudinal and transverse cracks which exist on the Elizabeth Field runway pavements. 3.02.2 Depression (Asphalt Pavement) Depressions are localized pavement surface areas having elevations slightly lower than those of the surrounding pavement. In many instances, light depressions are not noticeable until after a rain, when ponding water creates "birdbath" areas; but the depressions can also be located P g � P without rain because of stains created by ponding of water. Depressions can be caused by settlement of the foundation soil or can be built during construction. Depressions cause roughness and, when filled with water of a sufficient depth, could cause hydroplaning of aircraft. The following depression severity levels are presented in AC 150/5380-6, and will be, air\4\211 \005\d-." —21— 1 1 used throughout this report: Severity Levels a. Low Severity Level (L). Depression can be observed or located by stained areas, only slightly affects pavement riding quality, and may cause hydroplaning potential on runways. b. Medium Severity Level (M). The depression can be observed, moderately affects pavement riding quality, and causes hydroplaning potential on runways. C. High Severity Level (H). The depression can be readily observed, severely affects pavement riding quality, and causes definite hydroplaning potential. Both Runways 7-25 and 12-30 have moderate levels of medium and high severity depressions. Available record drawings indicate that several depressions in the pavement were filled as part of the 1985, "Rehabilitation of Existing Runways" project. The pavement depressions are most likely the result of subgrade soil consolidation over time. The soils investigation program identified a layer of peat directly below the pavement subgrade. Consolidation of the peat layer may be the probable cause of some of the pavement depressions. Considering age and the condition of the pavement and severity level of the depressions it is unlikely that the peat layer will be further consolidated unless the pavement is subjected to live loads in excess of the existing aircraft and vehicular loads. Construction of a bituminous true and leveling course is one method that could be utilized to repair the runway pavement depressions. A bituminous overlay of the pavement would correct the surface irregularities and increase the pavement strength. A thicker pavement section will reduce subgrade loads which would assist in preventing further consolidation of the peat layer. 3.02.3 Raveling and Weathering (Asphalt Pavement) Raveling and weathering are the wearing away of the pavement surface caused by the dislodging of aggregate particles and loss of asphalt or tar binder. They may indicate that the -ir\4\21 1vAosvdw. rp -22- asphalt binder has hardened significantly. The following raveling and weathering severity levels are presented in AC 150/5380-6, and will be used throughout this report: Severity Levels a. Low Severity Level (L). Aggregate or binder has started to wear away with few, if any, loose particles. b. Medium Severity Level (M). Aggregate and/or binder has worn away with some loose and missing particles. The surface texture is moderately rough and pitted. C. High Severity Level (H). Aggregate and/or binder has worn away with a large amount of loose and missing particles. The surface texture is severely rough and pitted. The entire surface of Runways 7-25 and 12-30 exhibit medium severity raveling and weathering. Considering the age of the pavement, this type of pavement deterioration is to be expected. Rehabilitation efforts for pavements with this type of deterioration generally take the form of a pavement sealcoat or asphalt overlay. 3.02.4 PCC Pavements PCC pavement provides paved overruns for Runways 12, 25, and 30. A 150' x 150' portion of each runway overrun is PCC pavement. PCC slabs are approximately 20 feet long and 9 feet in width. Since the PCC pavement serves only as paved runway overruns and extended runway safety areas, it is not. necessary to discuss the various types of pavement failures in the same detail as previously provided for the asphalt pavements. The PCC pavement has pavement defects including medium severity longitudinal, diagonal and transverse cracking, high severity joint seal damage, localized areas of high severity scaling, and medium severity settlement. Refer to the photos in Appendix C, and FAA AC 150/5380-6 for photos of the various pavement defects and for further definition of the distress types. Rehabilitation of the PCC, pavements, at a minimum, should include reconstruction of the joints and the removal of all loose materials from the pavement. Complete rehabilitation would airA4\21 11005Vdu.,pl —23— require overlayment of the concrete with asphalt. Installation of a reflective crack membrane Ishould be considered if a bituminous overlay of the PCC pavement is performed to assist in preventing reflective cracking. 3.02.5 Existing Pavement Condition Summary As a result of the visual pavement inspection, judgements can be made regarding the condition of the existing airfield pavements. In our opinion, the aircraft parking apron pavement has deteriorated beyond repair and complete reconstruction is necessary for its rehabilitation. a safety hazard to aircraft operations and if allowed to persist will undermine the integrity of the pavement surface. Rehabilitation of the runway pavements at a minimum must include construction of a bituminous true and leveling course to fill in the pavement depressions and sealcoating of the pavements which are not overlayed. In our opinion, however, a bituminous overlay of both runways is the best long-term solution and is recommended. The PCC runway overrun pavements are in fair condition having medium severity diagonal, longitudinal and transverse cracking, high severity joint seal damage, localized high severity scaling, and medium severity settlement. Rehabilitation of the PCC pavements is Iair\4\21 I M5\&9.rpt —24— Both Runways 7-25 and 12-30 have minor transverse and longitudinal cracking which can be repaired by standard means. However, the runway pavement depressions and raveling and weathering defects are rather serious and warrant immediate attention. Pavement depressions which have most likely resulted from consolidation of the subgrade represents a safety hazard to aircraft operations. The pavement depressions provide an area for surface water to collect creating the potential for hydroplaning and resulting in a rough riding surface. Additionally, loose aggregates are being spread on the surface of the -pavement as a result of the pavement raveling and weathering. Loose particles on the runway surfaces represent a safety hazard to aircraft operations and if allowed to persist will undermine the integrity of the pavement surface. Rehabilitation of the runway pavements at a minimum must include construction of a bituminous true and leveling course to fill in the pavement depressions and sealcoating of the pavements which are not overlayed. In our opinion, however, a bituminous overlay of both runways is the best long-term solution and is recommended. The PCC runway overrun pavements are in fair condition having medium severity diagonal, longitudinal and transverse cracking, high severity joint seal damage, localized high severity scaling, and medium severity settlement. Rehabilitation of the PCC pavements is Iair\4\21 I M5\&9.rpt —24— required to protect the pavement from further deterioration. The concrete joints should be reconstructed and scaled areas cleaned utilizing high pressure air, mechanical sweepers or other acceptable methods at a minimum. Overlaying the PCC with asphalt is advisable. 3.04 PAVEMENT STRENGTH AND DESIGN Elizabeth Field Airport accommodates aircraft with gross weights of 12,500 pounds or less. Aircraft loadings in excess of 12,500 pounds are not expected in the near future due to the short existing runway lengths. To evaluate the ability of the existing runway pavements to support Airplane Design Group II aircraft with gross weights less than 12,500 pounds, the required pavement section must be determined and compared to the existing pavement section. FAA AC 150/5320-6C, "Airport Pavement Design and Evaluation" methods will be utilized in determining the pavement section required to accommodate the design aircraft. The following pavement design data was developed based upon our soils and pavement investigation program and the Airport Layout Plan, 1989, and is used to determine the required pavement section: Design Data Design Aircraft: Design Aircraft Gross Weight: Landing Gear Configuration: Equivalent Annual Departures: Subgrade Soil Classification: Subgrade CBR: Subbase CBR: Light Aircraft (Design Group II) 12,500 pounds Single 12,000 SM 10 20 ai,w\zi 1w05e�.rpt -25- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 To determine the required flexible pavement section, FAA AC 15015320-6C Figure 5-2, "Design Curves for Flexible Pavements - Light Aircraft" is utilized. The following required pavement section results (refer to Appendix B). Required Flexible Pavement Section Bituminous Surface Course 2 inches Crushed Stone Base Course 3 inches Aggregate Subbase Course 3 inches 8 inches The existing runway pavement section was determined from the results of the pavement investigation program and from a review of record drawings. The approximate average existing runway pavement section is as follows: Existing Flexible Pavement Section (Average) Bituminous Surface Course: 2.5 inches Stabilized Base Course: 1.4 inches Subbase Course: 6 inches Total Pavement Section 9.5 inches A comparison of the existing pavement section with the required pavement section reveals that the types and depths of the material course which together compose the existing pavement section exceeds those of the required pavement section. The existing runway pavement section therefore has a single gear pavement strength greater than 12,500 pounds and overlay of the runway pavements to increase strength is not required. If a maintenance overlay of the runway pavements is recommended, the overlay should be to the minimum depth required to establish a smooth well drained pavement surface in accordance with FAA AC guidelines. air\4\211 \005\d -.rpt -26- 3.05 PAVEMENT GEOMETRICS I Elizabeth Field Airport should be designed in accordance with FAA Airplane Design Group II standards, wingspans under 79 feet, in accordance with the Airport Layout Plan, 1989. In accordance with FAA AC 150/5300-13, "Airport Design" the required runway width for a nonprecision instrument or visual runway, Airplane Design Group II is 75 feet. Runway 7-25 is currently 75 feet wide with 37.5 feet of paved shoulder. Runway 12-30 is currently 100 feet wide with 25 feet of paved shoulder. Runway 12-30 is the Airport's primary runway and is marked and lit at a 100 foot width in accordance with the Airport Layout Plan, 1989. It is , recommended that both runway widths be maintained when they are rehabilitated. This will eliminate the need to relocate the existing in pavement edge lights on Runway 12-30. , 3.06 EXISTING PAVEMENT SURFACE GRADIENTS I Elizabeth Field Airport primarily serves airplanes in approach categories A and B. In accordance with FAA AC 150/5300-13 surface gradient requirements for approach categories A and B facilities are as follows: 1) The maximum longitudinal grade is ±2 percent. I 2) The maximum allowable grade change is ±2 percent. 3) Vertical curves shall be used for grade changes in excess of 0.4 percent. 4) The length of a vertical curve must be a minimum of 300 feet for each 1 percent of change. 5) The minimum distance between the points of intersection of vertical curves is 250 feet multiplied by the sum of the grade changes associated with the two vertical curves. 6 Transverseg rades shall be between I% and 2 %. The existing runway pavement longitudinal and transverse grades can be determined from the .4a\21 I wo5\&..q* -27- 1 r F' 11 fl u 1 I topographic survey of the pavements, Figure No. 3. A review of the survey indicates that the existing runway longitudinal grades are between 0 and 1 % and meet all of the FAA AC guidelines for longitudinal grade requirements. Existing runway pavement transverse grades are highly variable ranging from 0% to 1.5%. The rather severe transverse grade variation results in a rough riding surface which does not drain freely. The existing transverse grades present a safety hazard to aircraft operations and should be corrected when the runways are rehabilitated. A bituminous overlay is the recommended method of rehabilitation for this type of pavement surface deficiency. 3.07 CONSTRUCTION ISSUES Construction issues related to the unique location of Elizabeth Field Airport were investigated in order to determine their impact on construction of proposed pavement rehabilitation projects. Elizabeth Field is located on Fishers Island which is situated beyond the northeast end of Long Island about 8 miles south of New London, Connecticut. The Island is less than 5 square miles in size and primarily serves as a vacation community. As a result of the Island's location, relatively small size, and primary use, the availability of construction resources is extremely limited. No contractors capable of undertaking large airfield construction projects are located on Fishers Island. Additionally, the Island lacks a sufficient size permanent work force to accomplish the proposed construction projects. For these reasons, the construction of the proposed project will require a Contractor to transport both men and equipment to the Island. Since the Island contains no hotels, motels or facilities to house the work force, the Contractor will be required to make special arrangements. Fishers Island does not possess an adequate supply of raw construction materials or the processing plants necessary to produce asphalt, portland cement concrete, or aggregate courses. As a result, raw materials will have to be transported to the Island and mobile plants set up, or processed materials will have to be delivered to the site. air\4\21 I \005\&s.gA -28- Transportation of men, equipment and materials to the Island further complicates the construction I of the projects. The only scheduled ferry service available to the Island is provided by the Fishers Island Ferry District out of New London, Connecticut. This ferry service would not be capable of transporting the large quantities of materials and equipment to the Island that would be required for construction of the proposed projects. The construction contractor would therefore have to make arrangements to obtain a barge or large ferry for accomplishment of the proposed projects. The Fishers Island Ferry District ' has agreed to allow the contractor to use their load/unloading facilities. The Contractor would have to coordinate his operations with the Fishers Island Ferry District. As detailed above, construction of the recommended pavement rehabilitation alternatives would , require special methods and provisions. Several contractors who perform work on islands were contacted to discuss the project. The contractors refused to speculate on the cost for accomplishing the work but insisted that the projects could be accomplished. An increase of thirty-five percent above standard construction costs was considered reasonable by the contractors contacted for construction of the proposed , projects. The availability of finished construction materials was also investigated. Construction materials are readily available in both New London, Connecticut and Long Island, New York. Unmixed concrete and aggregates could be shipped to the Island by barge. Asphalt could also be shipped to the Island while maintaining proper material temperature. Fishers Island can be accessed by barge from New London in less than one hour. It is difficult to speculate on the preferred methods to be utilized for construction of the proposed , projects. The methods and means of accomplishing the proposed project will depend entirely on the contractor. The method of construction selected by the successful contractor will effect the overall cost of the project. However, for the purpose of this study and for government budgeting needs, all construction estimates contain standard unit costs which are increased by 35% to account for the special 1 a,r\4\211\005\, a.rpt -29- ' methods required to construct the projects. The percent increase was determined from phone conversations with contractors. ' 3.08 REHABILITATION METHODS Based upon the results of the soils investigation program, visual pavement survey, and the subsequent analysis the following pavement rehabilitation methods are proposed for the Airfield Pavements: 3.08.1 Aircraft Parldng Apron Rehabilitation The two pavement cores removed from the aircraft parking apron indicate that the ' existing pavement section consists of a single 2 -inch layer of asphalt pavement over native subgrade material. The severe deterioration of the apron pavement as discussed in Section 3.02 coupled with its inadequate pavement section results in an existing apron pavement which has ' failed and in our opinion is beyond repair. Reconstruction of the apron appears to be the only long-term solution. Considering however that the existing apron is located within the Runway 7-25 Object Free Area and that the ALP recommends construction of a new apron and terminal area, reconstruction of the apron pavement would not be eligible for funding and is therefore not recommended. ' It is recommended that the existing apron pavements receive an emulsified asphalt slurry Iseal. The slurry seal should prolong the useful life of the apron pavements until the new apron is constructed. The current 5 -year plan indicates that the existing apron be abandoned and a new apron constructed in 1995. 1 3.08.2 Runway Rehabilitation Both Runway 7-25 and 12-30 were originally constructed in the early 1940's, have approximately identical pavement sections and subgrades, and are in similar physical condition. ' air\4\21 I \005W". rpt —30— �1 For these reasons the rehabilitation of both runways will be discussed together rather than individually. The existing runway pavements appear to be in good condition structurally. However, the many pavement depressions (Section 3.02) and the highly variable transverse pavement grades (Section 3.06) results in a rough riding pavement surface which has the potential for causing aircraft hydroplaning and veeroffs. Considering the many pavement depressions and existing transverse grades, the bituminous overlay of both runways is recommended. The overlay is not required for strength purposes but is the recommended means for correcting the existing pavement defects. The overlay should be considered a maintenance overlay and should be constructed to the minimum depth required to correct the existing grades. A maintenance overlay will provide a smooth riding runway surface, protect the structural integrity of the pavement, and should provide a pavement section capable of supporting existing and future aircraft operations for a 20 - year design life period. END OF SECTION air\4\21 I \00AW.fpt -31- 1 1 1 t 1 1 1 1 1 1 1 1 1 i 1 1 1 SECTION 4 - CONCLUSIONS AND RECOMMENDATIONS ' Based upon our review and analysis of the results of this study, the following conclusions and recommendations are provided for consideration by the Town of Southold and Fishers Island Ferry ' District. 4.01 CONCLUSIONS 1. The existing parking apron has completely failed and can not be rehabilitated without ' complete reconstruction of the pavements. Reconstruction is not recommended, however, because the existing apron is located within the Runway 7-25 Object Free Area. 2. The aircraft parking apron should receive an emulsified asphalt slurry seal to preserve the pavement until a new apron is constructed. 3. The existing Airport pavements should be designed for single gear aircraft with gross ' weights less than 12,500 pounds. 4. Airport geometrics and design should be in accordance with Airplane Design Group II standards. ' 5. Existing runway pavement strengths are greater than 12,500 pounds, single gear. 6. Both Runways 7-25 and 12-30 require bituminous maintenance overlays in order to 1 correct existing pavement defects. ' 7. The unique location of the Airport will substantially increase construction costs. 8. Standard construction unit costs should be increased by 35% to account for the Island's unique location. air\4\211\ 5\&s.rpt —32— 4.02 RECOMAMNDATIONS 1. Rehabilitate Runway 7-25 with a maintenance overlay to a length and width of 1,790 feet and 75 feet respectively. 2. Rehabilitate Runway 12-30 with a maintenance overlay to a length and width of 2,328 feet and 100 feet respectively. 3. Slurry seal the existing aircraft parking apron as a short-term measure to preserve the pavement until the proposed new apron is constructed. 4. Repair the existing concrete pavement overrun joints and overlay all three runway overruns to preserve the pavements. air\4\21 1 \005\d"." —33- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 5 - REHABILITATION COST ANALYSIS Detailed cost estimates for each of the recommended rehabilitation projects are presented on the following pages. The quantities used to calculate project costs were determined from the topographic survey and site survey. Unit costs were developed by the Consultant based on past bid experience at similar airports. All costs provided are estimated project costs. The estimates are based upon expected 1992 construction costs escalated by 20 percent to account for engineering and administrative costs. air\40 iwasW8.rpt -34- PRELIMINARY PROJECT COST ELIZABETH FIELD AIRPORT FISHERS ISLAND, NEW YORK RUNWAY 12-30 REHABILITATION 211.000 01/21/92 ITEM FAA UNIT NO. SPEC NO. DESCRIPTION QUANTITY UNITS PRICE TOTAL 'I P-153 COLD MILLING EXISTING PAVEMENT 6,000 SY S4.00 $24,000.00 2 P-400 PREPARATION OF EXISTING PAVEMENT, TYPE I 5,000 SY $1.00 $5,000.00 3 P-400 PREPARATION OF EXISTING PAVEMENT, TYPE II 1 LS $10,000.00 $10,000.00 4 P-409 BITUMINOUS CONCRETE - TYPE 6F, TOP 6,500 TON 560.00 5390,000.00 5 P-409 TRUE AND LEVEL COURSE 3,500 TON 560.00 5210,000.00 6 P-603 BITUMINOUS TACK COAT 5,700 GAL 51.50 58,550.00 7 P-612 FIELD OFFICE 1 LS 56,000.00 56,000.00 8 P-620 RUNWAY 8 TAXIWAY PAINTING 27,000 SF 51.00 $27,000.00 51 P-625 SAND SLURRY COAL -TAR PITCH EMULSION SEALCOAT 8,000 SY S2.00 516,000.00 10 L-125 MODIFICATION OF MEDIUM INTENSITY RUNWAY EDGE LIGHTS, BASE MOUNTED, IN PAVEMENT 26 EACH 5300.00 57,800.00 11 M-100 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 58,000.00 58,000.00 12 M-150 PROJECT SURVEY 8 STAKEOUT 1 LS 57,000.00 57,000.00 --13 ---------------------------------------••-------------------------------------------------------- M-200 MOBILIZATION 1 LS 528,774.00 528,774.00 CONSTRUCTION COST $748,124.00 14 ENGINEERING AND ADMINISTRATION W-20X) -- S149,876�00 - PRELIMINARY PROJECT COST 5898,000.00 FIE4.WR! Page 1 01/24/92 i i 1 1 1 1 1 1 1 1 1 PRELIMINARY PROJECT COST ELIZABETH FIELD AIRPORT 211.000 FISHERS ISLAND, NEW YORK -------- RUNWAY 7-25 REHABILITATION 01/21/92 ITEM FAA UNIT NO. SPEC NO. DESCRIPTION QUANTITY UNITS PRICE TOTAL 1 P-153 COLD MILLING EXISTING PAVEMENT 4,000 SY $4.00 $16,000.00 2 P-400 PREPARATION OF EXISTING PAVEMENT, TYPE I 5,000 SY S1.00 S5,000.00 3 P-400 PREPARATION OF EXISTING PAVEMENT, TYPE 11 1 LS S10,000.00 $10,000.00 4 P-409 BITUMINOUS CONCRETE - TYPE 6F, TOP 4,500 TON $60.00 S270,000.00 5 P-409 TRUE AND LEVEL COURSE 2,500 TON $60.00 S150,000.00 6 P-603 BITUMINOUS TACK COAT 3,000 GAL $1.50 $4,500.00 7 P-612 FIELD OFFICE 1 LS $6,000.00 56,000.00 8 P-620 RUNWAY & TAXIWAY PAINTING 25,000 SF S1.00 $25,000.00 9 P-625 SAND SLURRY COAL -TAR PITCH EMULSION SEALCOAT 11,000 SY $2.00 S22,000.00 10 L-125 MODIFICATION OF MEDIUM INTENSITY RUNWAY EDGE LIGHTS, BASE MOUNTED, IN PAVEMENT 24 EACH S300.00 $7,200.00 11 M-100 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS $8,000.00 $8,000.00 12 M-150 PROJECT SURVEY & STAKEOUT 1 LS $7,000.00 $7,000.00 13 ---------------------------------------------------------------------------------------------------- M-200 MOBILIZATION 1 LS S21,228.00 $21,228.00 CONSTRUCTION COST $551,928.00 14 ENGINEERING AND ADMINISTRATION W -20X) S110,072.00 PRELIMINARY PROJECT COST -------------- $662,000.00 FIE4.WR! Page 1 01/27/92 REFERENCES ARMY TM 5-818-2. 1985. Pavement Design for Seasonal Frost Conditions. Air Force AFM 88-6, Chapter 4. Department of the ARMY and the Air Force. January 1985. ASTM. 1990. American Society for Testing and Materials, Annual Book of Standards. Philadelphia, Pa. FAA Advisory Circular No. 150/5320-6C. 1978. Airport Pavement Design and Evaluation. Department of Transportation, Federal Aviation Administration. 12/7/78. FAA -RD -74-30. 1974. Design of Civil Airfield Pavements for Seasonal Frost and Permafrost Conditions. air\4\21 1\005\dw.rpt -35- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C C ' APPENDIX A � GEOTECHNICAL DATA 1 i fiA7d+A Professional Service Industries, Inc. ' r`7AF Northeast Testing Division ' ELIZABETH FIELD AIRPORT ' FISCHER'S ISLAND ' R.R. 2, Box 655 0 Whitefield, NH 03598 • Phone: 603/837-9332 • FAX: 603/837-9335 GENERAL NOTES: I 1 BORINGS SHALL BE ADVANCED TO A CONTINUOUS DEPTH OF 10 FEET IN ACCORDANCE WITH ASTM 0-1586. 1 ALL TEST PITS SHAH BE LOGGED TO A DEPTH OF S FEET. 3 FIELD CBR AND IN-PLACE DENSITY TESTS ARE TO BE PERFORMED AT A DEPTH OF I.S FEET IN ALL TEST PITS. BULK SOIL SAMPLES SAALL ALSO BE OBTAINED Al THE SAME TEST DEPTH FOR LABORATORY TESTING. — — — A LABORATORY COMPAC710H TESTS SHALL BE PERFORMED IN ACCORDANCE WITH ASTM 0-698. S MECHANICAL ANALYSES SHALL BE PERFORMED ON THE BULK SOIL SAMPLES OBTAINED AT All TEST PIT LOCATIONS AND REPORTED ON GRAIN SIZE CURVES, OVEN DRY NATURAL MOISTURES SHAH BE OBTAINED FOR EACH BULK SAMPLE. / 6 RESULTS OF MECHANICAL ANALYSES, IN-PLACE DENSITIES AND FIELD CBR'S SHAH BE REPORTED TO THE ENGINEER PRIOR TO CONOUCTING LABORATORY TESTS. ADDITIONAL LABORATORY TESTS WILL BE DETERMINED BY THE ENGINEER. 7 THE LABORATORY SWILL PROVIDE LOGS OF PAVEMENT THICKNESS, MIX TYPE, AGGREGATE TYPE, MAXIMUM V � ,��rurctw CORES TO INCLUDE AGGREGATE SIZE, ETC. ms's 8 THE ENGINEERING LABORATORY IS CAUTIONED THAT LIGHTING CABLES EXIST ALONG THE EDGES OF PAVEMENT (APPROXIMATELY 10 FT. FROM THE EDGE of C PAVEMENT) AND THESE CABLES ARE NOT SPECIFICALLY SHORAN. 9 THE BORING CONTRACTOR SHALL USE EXTREME CURE ALL TEST PITS. TEST PITS SHAH BE EXCAVATED A OF 10 FEET FROM THE EDGE OF PAVEMENT TO AVOID IN EXCAVATING i ! \ \ •'r MINIMUM OISTANCE BURIED UTILITIES. \� J OGI Y 10 THE ENGINEERING LABORATORY SHALL REPAIR AT THEIR EXPENSE All DAMAGE TO UTILITIES, UNDERGROUND CABLES AND PIPE THAT RESULT FROM THEIR OPERATIONS. THE ENGINEER SHALL BE NOTIFIED IMMEDIATELY IN THE EVENT OF DAMAGE TO SUCH UTILITIES. 8ORINGS AT 2.5.5, -� / BK x3 82 TP4 ,c) TP] - K 64 1 814 /. /"11 �5 X8 a qb BLOCK 1 IL � 1 IN CAAQE OF1 ILL PUWM P.E. Yi. PVRAWW MADE SY, VA. WADW ° CHECKED We Ax.LEw Ike FISHERS ISLAND /i - w 400 a 4 soon. .DO. RE', ISIONS TOow or SwTmxo fISNOK Iu.",mm rm ELIZABETH FIELD AIRPORT ARTICLE AI BORING & TEST PIT PLAN Colocarinos&Spina DATES Mow M+ SCAM AS SHOWN FILE N0. tot CAD FILE N& MAP3a SHEET N0. OF LEGEND }( BORING )1( TEST PIT OBSERVATION WELL NO ALTERATION.PERYITTED HEREON EXCEPT AS PROVIDED UNDER SECTION 1209 SUBDIVISION 2 OF THE NEW YORK STATE EDUCATION LAW 400 a 4 soon. .DO. RE', ISIONS TOow or SwTmxo fISNOK Iu.",mm rm ELIZABETH FIELD AIRPORT ARTICLE AI BORING & TEST PIT PLAN Colocarinos&Spina DATES Mow M+ SCAM AS SHOWN FILE N0. tot CAD FILE N& MAP3a SHEET N0. OF Professional Service Industries Inc. Northeast Testing Division TESTED FOR: James Leana PROJECT Elizabeth Field Calocerinos & Spina Engineers. P.C. Fischer's Island 1020 Seventh North Street Liverpool. NY 13088 DATE: September. 1991 OUR REPORT NO 091-15039 REMARKS: Asphalt Thickness Core # Overlay Top Course Macadam B-2 0.3 2.6 1.5 B-3 0.4 2.6 1.3 B-4 0.3 2.5 1.5 B-5 0.4 2.5 1.3 B-6 0.4 2.6 1.5 B-7 0.8 1.3 1.3 B-8 0.2 2.1 1.1 B-9 0.4 2.4 xxx B-10 0.4 1.7 1.3 B-13 1.9 3.3 1.5 B-14 0.4 2.8 1.7 B-15 0.4 2.7 1.6 B-16 0.4 3.2 1.2 B-17 0.2 2.5 1.5 B-18 0.4 1.8 xxx ' B-19 0.5 1.9 1.2 B-20 0.3 1.2 xxx B -20A 0.3 1.0 xxx , 1 1 PSI A-300.1 RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 /'hv� Professional Service Industries, Inc. jz Northeast Testing Division TESTED FOR: James Leana PROJECT Elizabeth Field Calocerinos & Spina Engineers. P.C. Fischer's island 1020 Seventh North Street Liverpool, NY 13088 GATE, September, 1991 OUR REPORT NO 091-15039 REMARKS: Maximum Aggregate Size Determination Sieve Size B-2 B-3 B-4 B-5 B-6 B-7 B-8 3/4" 100 100 100 100 100 100 100 1/2" 99 98 99 100 100 100 100 3/8" 96 94 95 96 99 98 97 �I 44 67 66 69 67 67 66 68 410 49 50 50 48 48 50 51 420 35 36 35 34 3.4 35 36. 440 20 19 20 21 21 21 23 1150 13 12 13 15 15 16 16 480 7 7 7 10 11 11 10 4200 2.8 3.1 3.1 3.6 3.7 3.9 4.3 % Liquid Asphaltic Content 4.2 4.4 4.6 5.3 6.1 5.0 4.8 Sieve Size B-9 B-10 B-13 B-14 B-15 B-16 B-17 B-18 3/4" 100 100 100 100 100 100 100 100 1/2" 99 100 99 100 99 100 100 100 3/8" 96 98 93 94 94 98 97 98 114 68 69 66 65 69 69 70 73 1110 49 50 47 46 52 52 51 52 420 36 35 34 34 38 40 38 37 440 21 22 22 23 26 26 25 26 450 16 15 17 17 17 18 20 20 480 10 9 10 9 9 9 14 15 4200 3.8 4.1 3.8 3.8 3.4 3.0 4.9 5.4 % Liquid Asphaltic Content 5.5 5.7 5.0 4.9 4.6 4.5 5.7 6.0 PSI A-300-1 RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 Professional Service Industries, Inc. Northeast Testing Division TESTED FOR: .lames Leana PROJECT: Elizabeth Field Calocerinos & Spina Engineers. P.C. Fischer's Island 1020 Seventh North Street Liverpool. NY 13088 DATE: September, 1991 OUR REPORT NO 091-15039 REMARKS: Maximum Aggregate Size Determination Sieve Size B-19 B-20 B -20A 1" 100 100 100 3/4" 100 100 100 1/2" 100 95 96 3/8" 96 92 91 114 70 86 86 1110 51 72 .70 1120 38 52 53 1140 27 29 31 M50 21 19 21 $80 14 10 11 % Liquid Asphaltic Content 11200 5.1 5.4 PSI A-300.1 RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 1 1 1 G 1 1 TESTED FOR James. Leana PROJECT Elizabeth Fic,ld Calocerinos & Spina Engineers. P.C. F.ischer's Island 1020 Seventh North Street: Liverpool. NY 13088 DATE: OUR REPORT NO 091 -150,19 REMARKS: Mol�,Ulrr, corrt.e.111, for t t••,t. pi t.�, "I flt, Testpit #1 = 20.9% Testpit #2 = 42.7% 'Testpit #3 = 19.3% Testpit 04 - 7.6.84 Testpit #5 = 2.2% Testpit #6 = 13.0% PS A-WO.1 RR 2 Box 655 • Whitefield, NH 03590 • Phone: 603/8374332 • Fax: 803/837-9335 am *M1 "4im r W D A am ,MR 6-0 Wl W aw I" go4ift ," 00 Protesskmal Service Industries LOG OF TEST PIT, TEST TRENCH OR AUGER HOLE Trencn or Hole No IIZl _ Su'face Elevation _ _ _ _ _ _ _ Date Started- ---9/1Q/9L-Location Shpiklc�r rLI36W 30 _,g,atton of Bottom Date Completed- 9/10/91 Blow Type s 0 Cont or of n ? Field Classification and Description of Material Field Sketch of Test Prt or Test Trench n o ' m Sample Sample Sap m Excavation '+' Weight Taken "n Z 0"-711 �,(.�� �.} ,.]�� � t�.,� .,� X11 �C Nbist, da& hrickQ 1, �i7 Q� uy-�� I I Moist broAZ silty sand I i Nbist, ca2rge broth, sand arra silt t 21--1811-32" Nblst, b�ac, silty samd and grmel with badders t I I I � t ! 32"-37' Nbist, dark brawl Organics 31-- t 4r_ 3711-5611 Nbist, cmw silty fine sed t I I I I Il GralrrIeter at 56" after 6 hairs 5611-60" 4Abt, cmW, fun- silty sand 5' Batten Of test pit i PROJECT NAME PROJECT NO. ElizcbEth Field r Fisd-ler s Isla -d Method of Exca�at on c� b'ie Approximate Dimension 091-15039 Sample Hammer Height Groundwater Elevation 5111 }clow gracb ScxIftld, NY DATE Sample Hammer Drop Logged By. 9/10/91 PSI A-100.14 PROFESSIONAL SERVICE INDUSTRIES. INC./NORTHEAST TESTING DIVISION FIELD CBR TESTS & TESTPIT LOGS Project: Elizabeth Field. Fischer's Island Date: 9/11/91 Location: off runway 30 Testpit No.: 1 CBR No.: 1 Depth: 18" Type of Soil: sand and gravel Dry Damp Wet Saturated Gauge Reading Dial A Dial a Dial C 1' ----18" 2' 3' 4' 65 .90 .91 .90 80 .75 .76 .75 100 .50 .48 .49 120 .25 .24 .25 130 .00 .96 .95 140 .75 .73 .75 160 .50 .48 .50 170 .25 .22 .25 185 .00 .95 .96 — 5' Jack: Dudgeon Gauge: 0-3000 B5019-1 Remarks: Gauge I.P. 50 Loam 2" 6' Reddish brown. fine sand and silt with gravel to cobbles 2"-18." 7' 8' Performed By Haag/Erickson lu hdME Professional Service Industries, Inc. NSE Northeast Testing Division REPORT OF MOISTURE DENSITY RELATIONSHIP OF SOIL 'TESTED FOR: James Leana Calocerinos & Spina Engineers, P.C. 1020 Seventh North SLreeL Liverpool, NY 13088 PROJECT: Elizabeth Field - Fischer's Island DATE: December 18, 1991 OUR REPORT NO.: 09 1-1 5039 F- O 14.U fro .0 W CL J 120 119 cnZ W 0 118 } 0117 k A PSI A-100-1 8 9 ill f j I!i;ii!!l Ili.iiiil IIII;!! Test Results: P,D-I 197A }illi; ii! tl "!ilElij li: Maximum Dry Density: 119.5 lbs/ft.:, Optimum Moisture Content: 10.5 Atterberg Limits: ... ... i;iil Liquid Limit: Plastic Limit: PI: I '"IIil 1i l I,I�'�1. ,IIII .l .II i 111 ,IIS 'Illi hill Ill Ililiiill ,I.i I .I i ,I. il. �Ilt I I Ili I. 11 li. i .ii i ,111 ii '(1 1 i 1 i1. i'Ii 1 I !, t (!l 11 :L., :1 11 1 1i1" 1 l iI, j1ii I i I I.i � I..ill ill! !•,; , I�III;I �I!i!t,l I1 II i lI l� 1 l Ali! i i-. tt' `" ' ?1 t ,,.-.i-r i} t•. , 1 ,.,; ;a1' ` *1 �. i i '� ,;•11, 'x'111 ' i � I, i � � lIl I I II I ,I I ; ;1 Nil ; � .;I i ' 1 •.it i, � I I it tl 1 III Iii ,; 1 II li I ll ! it I 1 ii il, li!1 •I ll ltt Ill; l; ' 1 i � �; iI .til u i i,l I i I i. l Ili III I !, i 1' ! Ili ` f 1 4 i 1 (, I It i Ili• � 'I ii i 11 1 I if 1 111 1 I I 1 If ll;il II li { �' Iii!1li�i 1 1 1(' I ((liilll! ll�lllll(i li , i tl Irll ' iI }.1. , .l li tl.i-r♦ , ,,,:, i„ i � 1 i`i! { ,. l i, 1 •, }., ,,�li �+ 1 I I !i+ i Hill— l j... Hill t' I i1 t I dill I li I II ll,;l.li'II Ili I I I ii lllll iI i!!f1�1 Illlllll ' 1 � I I i I I''II (I illi IlilIl ;1 ;j! ��l`I 'i I(i I;�I1; j1 II I I Il� IIID IIII Ii It I I'll � II 1 ; IIII i1 !iiIIIii� IIII I��, ! iIi 11 ;' I!� Ili�„j,� �� 111; I IIII i � ' 10 II 12 13 14 15 MOISTURE CONTENT, PERCENT OF DRY WEIGHT Respectfully submitted, Professional erwce n ustries, Inc. R.R. 2, Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • FAX: 603/837-9335 i Ill I Il''li!!i tiil'"i i!;1'li!! TEST DATA Visual Classification: Silly smxl with cobbles I I t l�!!!! !Ili! li li,l III II Illtil;! !ji!lill! ,I!lifll jjijl Sample Source: Method of Test TesL piL 01 ASTM U698 Method D F- O 14.U fro .0 W CL J 120 119 cnZ W 0 118 } 0117 k A PSI A-100-1 8 9 ill f j I!i;ii!!l Ili.iiiil IIII;!! Test Results: P,D-I 197A }illi; ii! tl "!ilElij li: Maximum Dry Density: 119.5 lbs/ft.:, Optimum Moisture Content: 10.5 Atterberg Limits: ... ... i;iil Liquid Limit: Plastic Limit: PI: I '"IIil 1i l I,I�'�1. ,IIII .l .II i 111 ,IIS 'Illi hill Ill Ililiiill ,I.i I .I i ,I. il. �Ilt I I Ili I. 11 li. i .ii i ,111 ii '(1 1 i 1 i1. i'Ii 1 I !, t (!l 11 :L., :1 11 1 1i1" 1 l iI, j1ii I i I I.i � I..ill ill! !•,; , I�III;I �I!i!t,l I1 II i lI l� 1 l Ali! i i-. tt' `" ' ?1 t ,,.-.i-r i} t•. , 1 ,.,; ;a1' ` *1 �. i i '� ,;•11, 'x'111 ' i � I, i � � lIl I I II I ,I I ; ;1 Nil ; � .;I i ' 1 •.it i, � I I it tl 1 III Iii ,; 1 II li I ll ! it I 1 ii il, li!1 •I ll ltt Ill; l; ' 1 i � �; iI .til u i i,l I i I i. l Ili III I !, i 1' ! Ili ` f 1 4 i 1 (, I It i Ili• � 'I ii i 11 1 I if 1 111 1 I I 1 If ll;il II li { �' Iii!1li�i 1 1 1(' I ((liilll! ll�lllll(i li , i tl Irll ' iI }.1. , .l li tl.i-r♦ , ,,,:, i„ i � 1 i`i! { ,. l i, 1 •, }., ,,�li �+ 1 I I !i+ i Hill— l j... Hill t' I i1 t I dill I li I II ll,;l.li'II Ili I I I ii lllll iI i!!f1�1 Illlllll ' 1 � I I i I I''II (I illi IlilIl ;1 ;j! ��l`I 'i I(i I;�I1; j1 II I I Il� IIID IIII Ii It I I'll � II 1 ; IIII i1 !iiIIIii� IIII I��, ! iIi 11 ;' I!� Ili�„j,� �� 111; I IIII i � ' 10 II 12 13 14 15 MOISTURE CONTENT, PERCENT OF DRY WEIGHT Respectfully submitted, Professional erwce n ustries, Inc. R.R. 2, Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • FAX: 603/837-9335 vroressionai service inausmes, inc. Northeast Testing Division REPORT OF MOISTURE DENSITY RELATIONSHIP OF SOIL TESTED FOR: Janes Leana PROJECT: Elizabeth Field Calocerinos 6 Spina Engineers, P.C. Fischer's Island 1020 Seventh North Street Liverpool, NY 13088 DATE: September, 1991 OUR REPORT NO.: 091-15039 t F- O U m V 136 Q W CL 128 2 PSI A-100-1 RR 2 Box 655 • TEST DATA visual Classification: S1lLy sajx1 WILh c:ubbles . Sample Source: TesLpiL # I Method of Test ASIM 1557 Method D I I I I Test Results: PLD- 1197 t Maximum Dry Density: -134.8 lbs/ft.3 �'Ill�tlll Optimum Moisture Content: 6.5 % !! f Atterberg Limits: Liquid Limit: ,Plastic Limit: Pl: I 1 I r l! li„t.r!i ifs 11T FT l t i1 T 1 ttti�lT i ♦i -t"1 •I'r1tYi!I "i;}� ' it I `,� 'l t11�; tT iI t!:l I 1 :+ 1 1fT 1`.i (t, !' I i!I !l,li I!) !i! �litlii tilli� � � 'I If � !111 t ;i!i Itiiiillt �I���.i!iil .Ittt't!!i !I�It� l f � ! t f t • f e l tt (� I II I► �Ei Ilii, I 4 6 8 10 MOISTURE CONTENT, PERCENT OF DRY WEIGHT Respectfully submitted, Professional Service Industries, Inc. Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 N�� Professional Service Industries, Inc. Northeast Testing Division TESTED FOR: James Leana PROJECT Elizabeth Field Calocerinos & Spina Engineers, P.C. Fischer's Island 1020 Seventh North Street Liverpool, NY 13088 DATE OUR REPORT NO 091-15039 REMARKS: Testpi t No. 1 Maximum Dry Density (p.c.f.) 134.8 Optimum Moisture (%) 6.5 Pt. No. 1 Pt. No. 2 Pt. No. 3 Compaction (%) 93.0 96.5 100.0 Dry Density before soaking (p.c.f.) 125.4 130.1 134.8 Moisture Content Dry Density before soaking (%) 2.2 after soaking (p.c.f.) 125.0 3.9 129.5 6.5 131.5 Moisture Content after Soaking (%) 7.6 9.4 10.4 Swell 0.06 0.1 0.39 CBR @ 0.1" 36 48 48 CBR @ 0.2" 42 52 63 RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 PSI A-300- I Professional Service Industries I PROJECT PSI A-300.7 (2) q3.a•�. cU�P4GT1J^ C84 @ 0.2" q�,5'l0 (.o�1PoG�{'ioN Lis 'l 631 1 Soya (Ooh C a e v .2. "- g �� ? 3 )� ( 5 � Co"r,z C tc d 0. /)65 V q 3.o '1. G'a.Mpoc4. on / Q fop •�. �n�p0'1 I, zw► -,.,Ile s C"rec fzd -�. QyICc✓c yowo.d S/apc PRdi 17 OJECT NO. DATE TESTED FOR: Professionai Service industries, Inc. Northeast Testing Division James Leana PROJECT: Elizabeth Field - Fischer's Island Calocerinos & Spina Engineers, P.C. 1020 Seventh North Street Liverpool, NY 13088 DATE: September 12, 1991 OUR REPORT NO 091-15039 REMARKS: Mechanical Analysis of Soils GRA -1822 Test pit NF1, silty sand with cobbles SIEVE PASSING SPECIFICATION 4" 100.0% 3" 95.2% 1 1/2" 92.3% 1" 88.7% 3/4" 86.4% 1/2" 84.4% #4 76.4% #10 66.4% #20 59.3% #40 52.0% #60 41.6% $80 36.5% 1100 30.1% #200 16.1% PAN 0% EMARKS: (3) Copies: PSI A -3W -I RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 .. �l1�11�1i�■f�fi��llll�Ililr�YlY111i1l�rIIfIW!l�111l��!!� .. U!llfll�.�l�Itt11�!l�11t11�!!�®1!l�11tl1�l�� �l1�11111�■1►�Itf1��!l�11111�!!lIIIW!l�Iilln!!� �l1�11111�!l�i�1t1��!l�11111�!!lDUU!l�111I1�!!! �ll�Ilfl��!!�llllus!l�11111�!l�UUUl�u11I�!!! U!lu111�!l�IIIn�.��1111//!!!fl!!l�ttllU!!� �!l�lill��!l�lllU�l►�lIIIIU l�It1I1�!!! �!l�1111��!l�tllU�!l�UIII�! l�uiU�l�� �l1�1111��!l�11li��lt�Mti11�!!��l�IIn1�l� - ' - U!!l111��!■�UII��ll�f1111�l1�It!!�llllnU!! ' u�ulli��l�lltl/� /�v���ntl�Ul� ltlli��!l�till��!l�UIIiU►�l��l�lnlUtl� . Ul�illl��!l�1111��l1On111�n�B!ll�nnU!!� t!!!l1111�l��liil��l��1lUnlll�U1llrnllUl�! , �!!llill��!■�iiil��l��t!l11�l��®!�l�luU�U! , �ll�tili���■�tlll��l1�11111�1��.�ll��ullU�l� Ul�ilil��l1�1111��ll�iu�l�l��D'Ull�innU!! - . �1��11111�!lSII111��l�Dl11�!!�n!l��IIIII�t�� Ul�i111��!!�liil��!l�11111�!l�UUl��ililU!!� . . �l1�1111��!l�1111��!l�n111�!l�nUUletllln!!� .. REPORTOF SOIL ANALYSIS,. ,. 1 s vroiessionai service inaustnes ,n r J ..,,.Ir Y ELIZA 'M FIELD FISCHER'S ISLAM 'I'P-2 LOG OF TEST PIT, TEST TRENCH OR AUGER HOLE Trench or Hole No. JP -2 Surface Elevation _ __ Date Started 9/10/91 Location shazlder of ruru Y 25 Elevation of Bottom Date Completed 9/10/91 m C o 'L Blow Count or Sample Weight Type of Sample Taken n E 2 y Z Field Classification and Description of Material Field Sketch of Test Pit or Test Trench Excavation 1'— 21— 3'— 4'— 51 0"-5" 1M�1..J��jist, n Qn��ni cs I I 5"-15" jli]�.L�JL�brc y,y� �� �7 ,�,.,M 1 b s , brc wn, silty X7111 and gai l Wath lA-.I.lcbrs 15"-23" 23"-32" Nbist, dark bzo,,n Oran= (p Sat) I I I nest, Cramp bran, rrediun sed 6L -t, grey brcvn, silty sm-d ter at 52" after 5 haws I i I I I I I I I I I BDttt on of test pit I I PROJECT �NAME xGi CTc , S Field Fisd-SaIthold W ' PROJECT NO. Method of Excacas on � ' Approximate Dimension 091-1.5039 Sample Hammer We ght Groundwater Elevat on 52" below DATE Sample Hammer Drop Logged By 9/10/91 PSI A -1x614 Ii r PROFESSIONAL SERVICE INDUSTRIES. INC./NORTHEAST TESTING DIVISION FIELD CBR TESTS & TESTPIT LOGS Project: Elizabeth Field, Fischer's Island Date: 9/11/91 Location: intersection - runways #25.#12,#30 Testpit No.: 2 CBR No.: 2 Depth: 17" Type of Soil: Brown sandy peat Dry Damp Wet Saturated Gauge Reading Dial A Dial B Dial C 26 .90 .94 .92 31 .75 .75 .75 17" 38 .50 .50 .52 — 2' 40 .25 .26 .26 40 .00 .02 .10 — 3- 44 ..75 .75 .77 46 .50 .55 .49 4' 46 .25 .31 .31 51 .00 .05 .04 — 5' Jack: Dudgeon Gauge: 0-500 B5019-1 Remarks: Gauge I.P. 20 Loam 2" - dry -- 6' Reddish brown, fine sand and silt with gravel to cobbles 2" - 10" - dry Brown sandy peat - damp 7' 8' Performed By Haag/Erickson USAF Professional Service Industries, Inc. Northeast Testing Division REPORT OF MOISTURE DENSITY RELATIONSHIP OF SOIL TESTED FOR: James Leana Calocerinos & Spina Engineers, P.C. 1020 Seventh North Street Liverpool, NY 13088 DATE: September, 1991 106 O 105 V V 104 LU 103 m 102 101 Z C 100 cc c 99 97 PROJECT: Elizabeth Field Fischer's Island OUR REPORT NO.: 091-15039 j�II!rrII4f1}fl,!Ir i1i:�;;rt!1���:i'tIi1i'tIf�(tI�r'i'' .«''IIf��II!r,i{,►!j;}.!iI:h!II;,,,!l+i!I1I,�!l'!Iii!i; �ii�1t'1!!'iiI!i }�ItIIF;Ii�;I }i1��;II!'t{tl,C{}'I�j II!(li,�IIr�l�)1`i!'lLf��.�i!,.}1}('1t,i!I!,,�fI �l(iVIi.jr!!},lt•1ll itl"iIIiII!�l!f!l:.lif�r1lII�f';i}•l''.l' �;tj!!l,iI!i'!li.''I� �{I}i�!!;ii;!i1i!I 1�Il'jIi;I�!kI}1 �i!tt}'fl�I�tI'f,l!l!1i(;;'Ii;itj�IiiIl'+1}�llIii1ll�I;I'�IM �.I}I'I1ili.!rtl►f!!!tIl, t;!I!'l�i!!l!,!i!. +j'!lir►!It!IIiIi ;li;.!}illi;I�lIIrI.,!'!'(;lll,!'li,1I tS,iIf!I.j!:i}i;}!ir;I!I;ri�i'!(lif,'lI!,'1lfll1}►tIi;lt!rr l}i�t}'!'tii!r' ilif ii�i'I{'!d;ifijr;it'i�i!�:.l.!.iii,ii}}`l(!i;Ir,I ..�t}l!i!E�i('l'!l;-.l;'.!,!!trli!!!!tr -.ti!iIi;I!,Iil!tI,((';Ilf!tl'!I►'!`ir!1!I!,!'lI�!,'I�!,l, 1.,}�II!Ili',t,'i!1 'ijItl:}i:l'3l�il! i. ,t!1iiti:it'li visual isUal Ct'!1` tI!i.I aT!Sample S it lr Method c ir!;Test Resp L.'! rt. Maximi O timul' Atterberg ; i;ii Liquid t 1141 � ii Loan and silty sand Durce: Test Pit #2 f !,r TiiiIr! esit1tlt (tI,It�il!r'� +i11!i�'IIt,jjiI`+r,II t!)iri.If"ti.tIrI AtI1`I!II,,iS��!lftr,rI' I�}i',iM!1„:lr'il;;'!•'I;'1t}lti!r!5ttlll!' tl5tt'!,i'fltI7(•l'rii�, �lIi'ri �IrIrt Ki�}II!'' - }tl`�l!itL ihtil'�rr olifl;'�!LiId C Its: PLC -1198 - 11 Im...IDt!riyir Density: ensity: iI 105.0 .il0f MIllbIs! I/fIItI .3 ,n Moisture Content: 17.9 Limits: Limit: Plastic Limit: PI: -, If !i �; 1+ .+ ..t 14. 16 18 20 22 24 MOISTURE CONTENT, PERCENT OF DRY WEIGHTRespectfully submitted, Professional Service Industries, ' InI!I c. PSI A-100-1 RR 2 Box 655 Whitefield, NH 03598 0 Phone: 603/837-9332 0 Fax: 603/837-9335TEST DATA ssification: t Loan and silty sand Durce: Test Pit #2 f !,r TiiiIr! esit1tlt (tI,It�il!r'� +i11!i�'IIt,jjiI`+r,II t!)iri.If"ti.tIrI AtI1`I!II,,iS��!lftr,rI' I�}i',iM!1„:lr'il;;'!•'I;'1t}lti!r!5ttlll!' tl5tt'!,i'fltI7(•l'rii�, �lIi'ri �IrIrt Ki�}II!'' - }tl`�l!itL ihtil'�rr olifl;'�!LiId C Its: PLC -1198 - 11 Im...IDt!riyir Density: ensity: iI 105.0 .il0f MIllbIs! I/fIItI .3 ,n Moisture Content: 17.9 Limits: Limit: Plastic Limit: PI: -, If !i �; 1+ .+ ..t 14. 16 18 20 22 24 MOISTURE CONTENT, PERCENT OF DRY WEIGHTRespectfully submitted, Professional Service Industries, ' InI!I c. PSI A-100-1 RR 2 Box 655 Whitefield, NH 03598 0 Phone: 603/837-9332 0 Fax: 603/837-9335TEST DATA ssification: t 1 P�+9 Professional Service Industries, Inc. vAF Northeast Testing Division TESTED FOR DATE �t— O O �0 m W Ii �a vi }}m 97 N 96 Z C 95 } 094 93 92 II PSI A-100-1 REPORT OF MOISTURE DENSITY RELATIONSHIP OF SOIL James Leana Calocerinos 6 Spina Engineers, P.C. 1020 Seventh North Street Liverpool, NY 13(88 December 18, 1991 PROJECT: Elizabeth Field - Fischer's Island OUR REPORT NO.: 091-15039 TEST DATA Visual Classification: IA)au and Silty sand Sample Source: Test. pit #2 Method of Test ASTM D698 Method A Test Results: PLA- 1198A Maximum Dry Density: 96.9 Optimum Moisture Content:14.2 Atterberg Limits: Liquid Limit: 12 13 14 15 16 ,Plastic Limit MOISTURE CONTENT, PERCENT OF DRY WEIGHT Respectfully submitted, ro essione eFVR n ustries, Inc. R.R. 2, Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 . FAX: 603/837-9335 /'S�; f Professional Service Industries, Inc. Northeast Testing Division TESTED FOR: James Leana PROJECT: Elizabeth Field Calocerinos & Spina Engineers. P.C. Fischer's Island 1020 Seventh North Street Liverpool. NY 13088 DATE: REMARKS: Testpi t No. 2 Maximum Dry Density (p.c.f.) Optimum Moisture (%) OUR REPORT NO 091-15039 105.0 17..9 Dry Density before soaking (p.c.f.) 104.1 Moisture Content before soaking (%) 17.6 Dry Density after soaking (p.c.f.) 93.0 Moisture Content after Soaking 32.0 Swell 1.13 CBR @ 0.1" 9 CBR @ 0.2" 12 PSI A -3W-1 RR 2 Box 655 9 Whitefield, NH 03598 0 Phone: 603/837-9332 0 Fax: 603/837-9335 1 1 1 1 1 1 1 1 1 1 1 1 h 1 1PSIV7 (2) Professional Service Industries 3.0 V, V J J t Q V, 200 V% N - c JA 00 ►uo 0.1 d. L Ip' s -t 4 -F t C iy" +t 0 rt (i n ,{r -d c.+v..�- rnwc i rvnmc PROJECT NO. DATE Shy/'J �o�0���4 Ts�,o. i /iso. 2 dim ! Professional Service Industries Inc. US a� Northeast Testing Division TESTED FOR: James Leana PROJECT Elizabeth Field - Fischer's Island Calocerinos & Spina Engineers, P.C. 1020 Seventh North Street Liverpool, NY 13088 DATE: September 12. 1991 OUR REPORT NO 091-15039 REMARKS: Mechanical Analysis of Soils GRA -1823 Test pit 112, loam and silty sand SIEVE % PASSING SPECIFICATION 3/8" 100.0% N4 99.5% 1110 98.6% 1120 97.2% 1130 91.4% 1160 76.9% M80 71.1% 11100 64.6% 11200 30.4% PAN 0% REMARKS: (3) Copies: PSI A-3WI RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 r'� mNow m o m "s "r m o ti w m oo " Ar mw "■■�Iilili�i■r■■Ylnli�iiiaa:sIIII■�Blla■■■Ilili�■■� ' �■■■1111��■■�1111�■■■�In11►`\■■8aa■■■11111■■■ . �■■■1111��■■�11111�■■�11111�\■■11111■■■1111��■■■ t■■�1111��■■�Ilili�■■�Imu�u■►� ®Ila■��u�■�� n■■�ul��n■■�w�n■ �■■■iil��n■■�111���■■■��■ia °�■�nlu unite .. n■■nll��■■�tll�i�■■�Innn■��1�■■■Ilin n■■■nl��n■■�ul��n■■li■wna■1111111aa■ . �■■■nlli�■■�IUI��■■�811a■�L® t■■■1111��■■�NII��■■tea■■ ■■ ■•■■��■■tlaaa■ ' ' ni�iiiiiiii�niiiii�aaa �■■■111���■■�In���■■■�wa■■ lima■■■ , . . n■■nlnn■■�ul��n■■■■la��n■1=11111111Hma■■li■ .. �WNW". ®m REPORTOF • . . so� on no Im SO Im r OR IN M em=0 II= i no an 'i Professional Service Industries LOG OF TEST PIT, TEST TRENCH OR AUGER HOLE Trench or Hole No. 9P-3 Surface Elevation _ _ _ _ __— Date Started 9/10/91 Location dntl[hr rf nruW li Elevation of Bottom _ . _ Date Compieted_ 9/l0/91 t m 0 m m Blow Cornt Sample Weight Type of Sample Taken a .2 o n rn Z Field Classification and Description of Material Field Sketch of Test Pit or Test Trench Excavation 1' — 21 ' 31-- — 41- 41— 51— _ 1I-1611 0 Moist, Cwt brown sm3y Orgm-lics I I I I I 1611-33" Moist, cramp bruin, median sand with bailers II 3311-430' Nbist, broAn, silty sar-d with a trace cif g a�el I I ' I I i I 0 1 43"-6011 -43n—,60#1 Nbist, grey brcwn silt and sar-d Grarld&ater at 59" after 4 hags I 1 I ! I I I II! I I sill EDttan of test pit II I I I I II li ±T1 IF M11 PROJECT NAME Elizabeth Field l-rr S ISIc�'Id SaIthold, W PROJECT NO Method of Excavation backhCe Approximate Dimension Sample Hammer Wetgnt GroundNaler &eval on 59" after 4 hats 091-15039 DATE Sample Hammer Drop Logged By 9/10/91 PSI A-101)-14 PROFESSIONAL SERVICE INDUSTRIES, INC./NORTHEAST TESTING DIVISION FIELD CBR TESTS & TESTPIT LOGS Project: Elizabeth Field, Fis.cher's Island Date: 9/11/91 Location: off runway #12 Testpit No.: 3 CBR No.: 3 Depth: 17 3/8" Type of Soil: Sandy peat Dry Damp Wet Saturate Gauge Reading Dial A Dial B Dial C 26 .90 .88 .86 27 .75 .80 .75 17 3/8" 36 .50 .50 .52 2' 41 .25 .32 .25 41 .00 .07 .01 — 3' 42 .75 .81 .65 42 .50 .65 .53 41 44 .25 .55 .32 45 .00 .97 .97 5' Jack: Dudgeon Gauge: 0-500 85019-1 Remarks: Gauge I.P. 25 Loam/grass 1" - dry 6' Light brown, fine to medium sand, trace silt with gravel to cobbles 17" - dry Brown, peat with fine sand 18" - dry 7' 8' Performed By Haag/Erickson I PAPSvi Professional Service Industries, Inc. Northeast Testing Division REPORT OF MOISTURE DENSITY RELATIONSHIP OF SOIL TESTED FOR: James Leana PROJECT: Elizabeth Field Calocerinos & Spina Engineers, P.C. Fischer's Island 1020 Seventh North Street Liverpool, NY 13088 DATE: September, 1991 OUR REPORT NO.: 091-15039 AP%v: Professional Service Industries, Inc. jNortheast Testing Division TESTED FOR: .lames Leana PROJECT Elizabeth Field Calocerinos & Spina Engineers. P.C. Fischer's Island 1020 Seventh North Street Liverpool. NY 13088 DATE OUR REPORT NO 091-15039 ' REMARKS: Testpi t No. 3 Maximum Dry Density (p.c.f.) 103.5 Optimum Moisture 18.3 Dry Density before soaking (p.c.f.) 103.0 Moisture Content before soaking (%) 18.0 Dry Density after soaking (p.c.f.) 98.9 Moisture Content after Soaking (&) 23.5 Swell 1.24 �I CBR @ 0.1" 10 CBR @ 0.2" 13 PSI A-300-1 RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 Professional Service Industries 20C rl C). 1 o.7- o.Z'- -,ieAe-%w6v, r ROJE TNAME I PROJECT NO I DATE Il r heli y4,� d,:� f T s f o; -� IVO3 II 11 PSI A-700-7 (2) �� Professional Service Industries, Inc. JZ Northeast Testing Division TESTED FOR: James Leana PROJECT Elizabeth Field - Fischer's Island Calocerinos & Spina Engineers. P.C. 1020 Seventh North Street Liverpool, NY 13088 DATE: September 16.. 1991 OUR REPORT NO 091-15039 REMARKS: Mechanical Analysis of Soils GRA -1824 Test pit #3, sand with stone and silt SIEVE % PASSING $ SPECIFICATION 3" 100.0% 2" 95.9% 1" 88.1% 3/4" 84.3% 1/2" 81.3% #4 74.4% #10 70.1% #20 62.3% #40 50.6 #60 37.5% #80 30.9% #100 25.7% #200 15.0% PAN 0$ EMARKS: (3) Copies: PSI A-300-1 RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 MR 40 m�w" *► .. r. fr err► r m m mm ow"Imm " �■■i�ll�i���i■�YIIII����IYlliii■■�®IIU■■■IIIU�■■■ ' -. �■■■1111111■�11111�■■�lnn�■■■!�■■■IIIII�■■■ �■■■11111��7�1111��■■■lnll�■■■®■■■IIItI�■■■ . -' n■�11111�■i�!!!1��■■�lull�■■■n1■■■IIIIi�■■■ �■■■IIII��■■�1111���■�Ilnl�■■ ■■U1t��■■■ , ' ui�iliiiiii�liiiiiii Flu Uno®�i■i�lm�n� ' -'ui■�i�iii°�i■i�iiiiiiii�iu�ii■■®��miln� ' �■■■uli��■■�1111��■■�In111■■■�■n■■■IUII�■■■ '■■■Illli�■■�1111��■■�18NAM■■■■■■IIU/��■■ . n■■1111��■■�1U1���■�lnln\■■�■■�ul1�n■■ ., n�■n111�■■�Iill��■■�1811�■► In■■■ �■■■IIII��■■�1111��■■�nln�■i�■®���■■null■■■ . t■■■Iilll�■■�UIII�■■�luln■■► ■ ■ . n■■IIIII�■■�IIIII��■�IUII�■■L�■■Ilnly■■ ' �■■■1111��■■�1111��■■�In11�■■��'e■■■IUU :. . t■■■11111■■�11111�■■�Inll�■■■■a■■mim■� n■■IIIIu■■�11111�■■�Inn�■■■�■■■■Iut1n■■ .. . �■■■nll��■■�1111��■■�Illun■®I■■■nll■■� .. .. .. . . . . ... ��■.�Wsand ..silt Elizabeth - . Island REPORT. ,. ,. MR 40 m�w" *► .. r. fr err► r m m mm ow"Imm t 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 riuirssiunal arrvlcr uwusuirs ELIZAB IN FIELD FIS(HR'S ISLAM TP --4 LOG OF TEST PIT, TEST TRENCH OR AUGER HOLE Trench or Hole No '4 Surface Elevation _ Date Started _.._9110-- Locat on 9nzldar Cf rLII _ _ :,e.aoo^ of Bottom--------- — _,__ Date Completed _-9/l /91 Blow Type 0 0 > o "' Count °f Sample P Weight of Sample Taken n a E E o 3 Z Field Classification and Description of Material Field Sketch of Test Pit or Test Trench Excavation 0"_5" Nbist dark bre orgmics I 5"-19" �,{.�j.�}.. 1 b st, cr � hmA 1, mahm sad and gra�;iel I I I I I 191!-531 Nbist, braai, sand and gravel with bailders artd adbles I I I i 31- ! I I I 4' — C�arda�r at 51" after 4 hairs I Nbist, orate broaz, sand arra adbles 5' — B3an Of test. pit PROJECT NAME PROJECT NO. Elizabeth Field Method of Exca%at on -ce Approximate Dimension 091-15039 F`igdier's Island � Sanld, NY Sample Hammer %%eight Groundwater Elevation 51" helcw crade Sample Hammer Drop Logged By DATE 9/10/91 ;'Sl A•IOD-14 �r am M w mam ma WIN" L 1 n 1 1 1 1 PROFESSIONAL SERVICE INDUSTRIES. INC./NORTHEAST TESTING DIVISION FIELD CBR TESTS & TESTPIT LOGS Project: Elizabeth Field, Fischer's Island Date: 9/11/91 Location: off runway #12 Testpit No.: 4 CBR No.: 4 Depth: 17 3/8" Type of Soil: Fine sand. trace of silt Dry Damp Wet Saturated Gauge Reading Dial A Dial B Dial C 70 .90 .90 .91 90 .75 .75 .74 17 3/8-- /8"115 115 .50 .50 .51 2- '140 --- 140 .25 .25 .23 155 .00 .00 .95 — 3' 180 ..75 .77 .73 200 .50 .47 .52 — 4- 210 .25 .23 .28 240 .00 .97 .02 5' Jack: Dudgeon Gauge: 0-500 B5019-1 Remarks: Gauge I.P. 45 Sandy loam 1" - dry — 6' Reddish brown, fine sand with silt and trace organics with gravel to cobbles - dry to 18" 7' 8' Performed By Haag/Erickson I I w Amdm Professional Service Industries, Inc. Northeast Testing Division IREPORT OF MOISTURE DENSITY RELATIONSHIP OF SOIL TESTED FOR: James Leana PROJECT: Elizabeth Field - Fischer's Island Caloceri.nos & Spina Engineers, P.C. 1020 Seventh North SLreeL Liverpool, NY 13088 IDATE: December 18, 1991 OUR REPORT NO.: 091-15039 TEST DATA Visual Classification: Sandy silty gravel IiIll I III . . . . . . . . . . . pit #4 t t Sample Source: fest AHV=ii p II I ,fill I I:: i it I:: i:::: 1! 11 Method of Test MMM D698 MPILIII(X] C lit it 1: lI 1 it Iiij:;: Test Results: PLC -1200A 1! Maximum Dry Density: 109.3 lbs/ft.3 0 Optimum Moisture Content: 7.9 % 0 U.iilit Iliiiii Atterberg Limits: ....... ......... Liquid Limit: Plastic Limit: ,PI: M It .. ......... ........ .. ..... ......... .. ........ 110I ,I ..... . .. ... ......... ...... . i;::: ......... ... . ..... ill II I' III 1; Hill'', I it ill""', It I ::iill :li; . i ;:i II ... .......ll ": .......... 1.. ;ji t it!;; it II!fI It II II II llit I .... ...... ,II Il 109......... ... 1 4 - it Ilj1;11 1! HI 11 1 II it W LU t I; lit 11 i 1 :It II llIli1 1, W!I1111 11 i. I I lit, tilkill; 1, it lit W i:! 1 108 it ... . ........ ....... :I : ; I :,. 1i Ili :l I';I Ili I l I!Il �! I{'li�lll (11i�lli ill !I 't '11 II 1',I i it +; t ...... i 1;1;! twill I 1: 1.,; 1 11;1II 1 111 IIII II It ;I Ill iltl ...... .... 107 ..•.. .. .. ... . III IIII II I ;iii It ill I I:: I:: lii i i:: lit E: L; i it 1 1:1 I' 111 U, i, 5 6 7 8 9 10 11 12 MOISTURE CONTENT, PERCENT OF DRY WEIGHT Respectfully submitted, ProMss0nal SerVITV ina tries, Inc. R.R. Z, Box 655 0 Whitefield, NH 03598 0 Phone: 603/837-9332 • FAX: 603/837-9335 PSI A -I 00-1 h�� Professional Service Industries, Inc. Northeast Testing Division TESTED FOR: .dames Leana PROJECT Elizabeth Field Calocerinos & Spina Engineers, P.C. Fischer's Island 1020 Seventh North Street Liverpool. NY 13088 DATE: OUR REPORT NO 091-15039 , REMARKS: Te stpi t No. 4 Maximum Dry Density (p.c.f.) .c.f.) 122.0 Optimum Moisture (%) 9.5 Pt. No. 1 Pt. No. 2 Pt. No. 3 Compaction (t) 93.0 97.0 99.3 Dry Density before soaking (p.c.f.) 113.5 118.3 121.9 Moisture Content before soaking (t) 5.0 7.7 9.0 Dry Density after soaking (p.c.f.) 114.7 117.2 118.3 Moisture Content after Soaking (t) 13.0 15.0 13.9 Swell 0.17 0.1 0.04 CBR @ 0.1" 14 27 30 CBR @ 0.2" 17 27 35 PSI A•300•1 RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 Professional Service Industries EVA INUM g3.0 -x. eo,fae-+foh Coe o.1` 100 (,.. ) - ry CF3e @ 0, Z' = loo Z-- _ I1.3 r 3e e 0.1%2 t o- i � ov /? 2-7 G$Q e o.z: : I oo ( aq1 zc.. 5 140.! qq.5 �. Wvr1POc.�"lorl C132 Q 0.1"-Z IaOC ) 30 6131- CV o.z" : ioo z 34."1 1 SUc.> j /u Ca n pot tl �. Coy, ea c,J O,Z' peri c. Ya t, "i Q O ,O ("O(fe ,-W OX, peAe,{ ra f i 0`1 a' . o —E C0.9GG✓e /Pubs i SL�pf �iS�011 ��✓lGT✓a�1 �n ` i/1 IPROJriShG/ S L—G�%CL X71 c; to NO y PROJECT NO. I GATE - — REMARKS: Mechanical Analysis of Soils GRA -1825 Test pit N4. sandy silty gravel SIEVE % PASSING % SPECIFICATION 3" 100.0% 2" 100.0% i" 93.7% 3/4" 92.2% 1/2" 91.7% #4 91.2% N10 89.7% #20 85.7% N40 76.0% N60 57.2% #80 43.6% #100 33.0% #200 14.0% PAN 0% REMARKS: (3) Copies: P.O. Box 717, 42A Street • Wilder, VT 05088 • Phone: 802/295-6026 • FAX: 802/295-7153 PSI A-300.1 Professional Service Industries, Inc. Northeast Testing Division TESTED FOR: James Leana PROJECT Elizabeth Field - Fischer's Island Calocerinos & Spina Engineers, P.C. 1020 Seventh North Street Liverpool, NY 13088 DATE September 16. 1991 OUR REPORT NO 091-15039 , REMARKS: Mechanical Analysis of Soils GRA -1825 Test pit N4. sandy silty gravel SIEVE % PASSING % SPECIFICATION 3" 100.0% 2" 100.0% i" 93.7% 3/4" 92.2% 1/2" 91.7% #4 91.2% N10 89.7% #20 85.7% N40 76.0% N60 57.2% #80 43.6% #100 33.0% #200 14.0% PAN 0% REMARKS: (3) Copies: P.O. Box 717, 42A Street • Wilder, VT 05088 • Phone: 802/295-6026 • FAX: 802/295-7153 PSI A-300.1 mom M M" r r m -M MMMMMMMMOMM .. ■■■�iiillli►`■■�IIIIIIIIIir�Y11111U■■■ullu■■■11111■■■■ ' . ' ■■■■11111■■��Illli■■��11111■■■ ■■■■11111■■■�IIn1�■■�!�111■■■■®■■■11111■■■■ ■■■11111■■■■ . ■■■■11111■■■11111■■■■11111■■■■■nn■■�IIIII■■■■ ■■■■11111■■■11111■■■�Iu11\■■ ■■■11111■■■■ , ■■■■UIII■■■11111■■ ■■■■11111■■■11111■■■11111■� ■�11111■►� ■�IIIII■■� ■■In11�■■� . .. ■■■■UIII■■■X11111■■■11111■■�■■®■■■11111■■■ ■■■■11111■■■11111■■■UIII■■\� ■■11111■■■■ . ■�In11■■■� ' ■■■■UIII■■■11111■■■�UIII■■�1 ■■■■Illli■■■11111■■■�11111n��®■■■11111■■■■ ' ■■■■11111■■■11111■■■11111■■■l ■UIII■■■� ., ■■■■m11■■■�IIn1■■■�nnu■��nB■■■In11■■■■ . ■■■■UIII■■■�IIn1■■■�11111�■■� ■■■■11111■■■X11111■■■�IIn1■■■��1®■■■In11■■■� ■�IUI■■■■ , ' ■■■■11111■■■X11111■■■11111■■■��■1■■■IIn1■■■� ■■■■11111■■■X11111■■■11111■■■■►`8■■■�In11■■■■ ' ■■■■11111■■■X11111■■■�lnll■■■■®►�1u■■■Illli■■■■ ■■■■UIII■■■X11111■■■�IIUI■■■■■�'�■■■luu■■■■ .. . ■■■■11111■■■�IIn1■■■�IIn1■ ■■Illin■■■ .. .. .. . . .. .. ... �■■� ..- REPORTOF SOIL ANALYSIS,. , . �I �� ,, ^+ � ti ��I �/�'4r � —tet J�%' �'� • `� �"' _yam •-; � � -•^� > ° , � '~` ,.,.. r + ' : + • .sir,, M I •'� X •` ' } .4k O .n ... kA • .any;`` {.:._�-r..��Y1r`�'' f .�� _ r.��^•} r�. j'+ti��\!«.v�im '', ��i.- 7 t .,� ' M M so"" M M m an " so M MM ralow �= M LOG OF TEST PIT, TEST TRENCH OR AUGER HOLE Trench or Hole No 9P-5 Su -'ace Eie:atlon Date Staved 9/T 91_ Location Clf nywY 25 _ietiauon of Bottom _ _ __ __ Date Completed__ 9/10/91 c Blow Type Count of ° ro a i Field Classification and Description of Mate►ial Field Sketch of Test Pit or Test Trench a m m10 >Sample or Sample E Excavation ui Weight Taken 'n Z 011-1%11 1St, daik hm4n, Orcau s 1?n 1 IAct t :. ru 1, axzrse SrO an -1 gnmel with clJ tiles 1' and ccc8s .Qlal bailders i 2' � I 31 Mac mel fill area I 41 S' B)ttn Cf tl?st pit Mil III PROJECT NAME PROJECT NO. El]7c'ibe h Feld Method of Exca%aaon backire Approximate Dimension 091-15039 Fischer's Island Sample Hammer Weight _ Groundwater Elevation W groundwater SoLrt3nld, NY B, Y-rickson DATE Sample Hammer Drop _ _ _ Logged By 9/10/91 PSI A•100-14 a PROFESSIONAL SERVICE INDUSTRIES. INC. NORTHEAST TESTING DIVISION FIELD CBR TESTS & TESTPIT LOGS Project: Elizabeth Field, Fischer's Island Date: 9/11/91 Location: off apron, runway #25 Testpit No.: 5 CBR No.: 5 Depth: 17 5/8" Type of Soil: Sandy gravel and cobbles Dry Damp Wet Saturated Gauge Reading Dial A Dial B Dial C 150 .90 .90 .90 160 .75 .75 .75 ___17 5/8" 150 .50 .52 .50 165 .25 .24 .20 190 .00 — .01 -' .01 -- 3- '205 205 .75 .75 .80 240 .50 .50 .54 -- 41 255 .25 .22 .26 260 .00 .01 .00 — 5' Jack: Dudgeon Gauge: 0-500 85019-1 Remarks: Gauge I.P. 100 Sandy loam 1" - dry 6' Light brown, medium to coarse sand with gravel to cobbles.18" - dry - 7' 8' Performed By Haag/Erickson L� t 1 ITESTED FOR I DATE 1111ii- 0 LL 00 U 138 c. LU 137 m 136 135 Z LU p 134 } a 133 1 130 I PSI A-100-1 Professional Service Industries, Inc. Northeast Testing Division REPORT OF MOISTURE DENSITY RELATIONSHIP OF SOIL James Leana Calocerinos b Spina Engineers, P.C. 1020 Seventh North Street Liverpool, NY 13088 September, 1991 PROJECT: Elizabeth Field Fischer's Island OUR REPORT NO.: 091-15039 TEST DATA Visual Classification: Sandy gravel Sample Source: Method of Test Test Pit #5 ASIM 1557 Method D I 'jt 1 1 ! ! ll! 1�1'�I ! ! ! !'' Test Results: PLD -1201 111II'i III 111' IIlIlil It I'I Iltlttll! I!1' illlll 1 ,I II i*,iiiiiijMaximum Dry Density: 137.7 lbs/ft.3 �IIIII titi It iI ! ili 111 i1'i li i! !1 ;! 1ItIi• 1. 111,1 , :!!!ill:: ' Optimum Moisture Content: 6.2 IIEI'�lll 111'litl II ,Ijt l .I I „• 1' title '' Ili i l' tii .tt! III 1"II!! tilt !It"'1 Atterberg Limits: ililll �jtll tet ,t i 1111 itl ; ,I tl 111n1ti ;l 11 11 IIjIIi lltll !i ,III' I tl lIi't l .I, t, I " ! !i111! Liquid Limit: Plastic Limit: PI: tl III, 1 1, t. ji , 11 !t I •11. � 'Ii; ,t I ! 1 .�. tt a.. It + ;t it 1 :j r t r 'IIIc 11 I I I I I ll' ij Ijllt 1 1 !Ii l i'Il It t I �I 11 !! t t I;!!!t'I 'I 1 't 11 Iljl i' 1!11111 It. I'1! IIt'.11j!1 I tl! ill I 'I1' I ,tttllt II(, I itl!111' � I'. I,I I ' 1 I ! ! I I; tt lull li `I fi Ilei tt I lit III I I I Itlt1 I,�, ! I hill I I I , I l..11 if w 1-rl. j ll 1 i i 1 1 '.1♦ I VIII Illi! II I lllll�i I I rli II(II �I1' I. 11 tt t li ' 'I' II 1 I' ( �I� 1 ' I I t illl'III ili !t1 ) '! I jillll Iilll�l II 11111 !, ! .I tl II 1 III !tllll ! I t I I I: ii! !1 111,1 11,1,!' ILII 1 l�t i 1 ,'Iltli I, tj!i ' 111 i( I it' ! jtll'I j " ll! i! tlll li Ili II 111 !'! .M tl' i i it 11 t 1 I 1 I!'�i ' }i II:'; 1 �t17 111. I ril ' 1 I. r I'l 1 I IIIiI I1'!i 'Ili! Ilf�j;t11 !Illlii!! ill�Ill,l l 11!!111 !'i� ' 1lll,il 1111 If' illi:l!l Illllljl, Illjt'lli 1I �!11' i�, I i 1 I !{!I:tl; IIIhI Ili ' 'lj II1Ill�l 1�. �• I I , I�' tIEJ 'I �i I .I! t1 1��� I I ��ll;! lllt;ii �iltll r 1 I' .t ! ll:�l!1 1�� ltlrl It I 11 lil 11 !I 1! t tj'`I Il Mill Illi; l!il lil' Ili;i,itf I I,II i tt l(J i' I1 1111 i 1, 1 (1!'1111 > 'Ill' 11 I ll ,ttt} 1 i tll 11 I II I t II ' 1 I' t!1 I I 11i, • 11 Illil;li! 11111' ! I i� I III .i it I Itl I -1 II 11 ! ((I 1 +l�t' ill! l I 11 ! 11 i 1!li '� l 1 1 loll i11Ii1 P 1'l` 1 t fit tt 1 1 t'1 it }I t it II i i ( � I II 11 I I YI 111 I ! li i !(1 IICI I i it ,l II 11 I II j li I I I j f, 1 II 1 I 11111 i II tI ( IIll I ! i IjI II I � it il� 1 jj III I II I ,' 1 i) I 111 ( If I It,i t jll i ' I 11 ll! I' I1 111 III ! ( Cl' I ji It I Ij ( I ; II II 1 III II I ! III ! I (i II I III I t I II I ! , lit .tjll iil 11�,• It 'I I ,!;ill tt1 ! I ' li 11 !I I 'It:'t 1 II II 2 4 6 8 10 MOISTURE CONTENT, PERCENT OF DRY WEIGHT Respectfully submitted, Professional Service Industries, Inc. RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 1 "d& Professional Service Industries, Inc. rwd-�w F Northeast Testing Division REPORT OF MOISTURE DENSITY RELATIONSHIP OF SOIL TESTED FOR: James Leana PROJECT: Elizabeth Field - Fischer's Island Calorcerinos 6 Spina Engineers, P.C. 1020 Seventh North Street Liverpool, NY 13088' DATE: December 18, 1991 OUR REPORT NO.: 091-15039 TEST DATA t It 11I't;j t I{tl rl .111; Visual Classification: Sandy gravel I I it i t ,il;i;ll �I 11 iiilll II��I!lil I I`!!i !.i I I it illi i i .III i!i1 Ili Sample Source: 'fest Pit #5 i 1111111 I ! 11 l i � i 11 1 1i. ll '. 'ilr I. Ii 11 i !11 1 1 !I I li il' 11 1 'iii 1 lifill i:� I'iiilIll .�;{}-.. Method of Test ASIM D698 Method D 't I j ,(,! Ilit ;iliii! ,ili!I!li IIjiil! flliilll!!I Maximum ii'tiill Test Results: PLD -1201A 1, it t irl l ;I I ,jli :illi' n:1!itrl Maximum Dry Density: 128.7 lbs/ft.3 O li I f ! 1111!iili! I!!!II!i1 I (111t ! ii!I'!I' Optimum Moisture Content: 6.6 OLL I !i I t I Ir 1!il'I�I {li'I!iii iiii!!ltl !i! 1 ! hill lily: I'll U j I ! 1 I III I1 Illlli{I! iil!illi� Iii lIl' ii!iil Atterberg Limits: Liquid Limit: Plastic Limit: PI: T^T;li'is Illi i�i�if illi I. Illi 11 I 11 iIt11'1 i:liiiltl l n `i� llli!til: li .II t it I I I ( .lil t .11 1 ilii Ili .I 't tl I II � IlHit' i I11i til. II 11 1 it !I1' .I, :Ili �I I' LiJ .1111 t1 II iii 11 Ijlll' 129 k• s i, j 1 t til I I I .1 ii 1 II!`I' ;illll lilil Itllllll 1 i N 1 II l'l I tl ill 111 I tt I I1' 1 li' II li m 128 i 1 1 1 il. l ; I 1 1t11'1� t,:l l!I 1�1!tl I!t}lril!� , �t� l 11' t 11 llilllil lli ! �. 11 ......... II i 1T� I It 1 I,I 1 illi Illi! I� Ilt I II 1 I It !I ' 11 t� �ttll 1 11 (1 I 1 t 11 1 11 ' � 111 1 II 127 Ij , t lil 1 Ilt Ijii'. 1 II ' '� 'I I ' 'i t i11/1 III II 1 111 :1�ill I II t:i 1 N } i tli tllil!Ili !'I�lllli II!Illlt i I I III' I i l I1 t 1 l 1 r I i! I t !I:I !i 11 W i�lllll!!I;!il!?I`':►1'llli!11i1ii 1 111 .:' 126CC } l '.. 1 :.1 I 1 i::: ':i 11 IIf li :1 I 1 II' ' li ,i 111111 i 'Il I tl i Iltlt Itl�il.t: l t I' itlI I( LII 1(liiillll 11lI! I 1 :Hi; -- at I,( 11 1 I I,I! I125 iIl1 ,II iiiIi'!fIl 1I ' 1I lI t1 1 l! I !1t 1.1. '1 li ir II II 1 1Ir 1 1it1 I i t1:1{1t,_l 1t I. !Ili I't tilll 111 11 I 'l ! 1 Ill •t1i Ill illi 11{ ! { ,ilii 1 i': II l I I I1 li'I 1' Ill l .1;111 � u t'I� Ill ��!i 1 II 1 f 124 ' Ij►ilI lI i1:1.1,1:1l:1.'ii �I1�1Il 1 ill ;l;II►►II! fi ►,lIll,ilil1ll !, tt ! t1'1i1'.0,Il I i 7li ':111�1 l i l i1 I! (!Ilt I I 11 i t 1:1 1 ;,''illl!I iillil 1 !' ii I I Illi I 1 111 i ! li 111 it II li: ,;III t 1►I � � `� 1�►1 �� II lil i Illi I! 111 it it l l' fll 1111 I II i I .t; I I 11 i t t l;ll, iFl 1 I I I I i i II 1 1 1 � i III � 11111 ll� I! llli�!�! i! ilii i:i!ii!li :•1!11!i ,!11; I ,I � 1 1'11:1 lti ,l,l i1I!!!! , ti l.t i'i I !I II `} { • l rr-1 +� «ta r� +t+-.++1+. +-.+ ✓-illi lr. l �. 1231 iii rl 1 1 ' i { i �i'I!li 1 I ' I 1 1111.1 Ill 11111 �I' i�l l i !IIti 1Ili t fI li'll;!i�ii!illi 'i�f1iiII!1!lif;ii! 'li 1 I I I I �ililli t!! ,�, II'iI!I itli'lli�; I! 111 I! I i tl 1 I! i t ' t lil II 11 I 1 Il 1 1.1111 ( I I II :� li t I 1 1 11 I Il Ilii I! 1 l 1 t il, 3 4 5 6 7 8 9 10 II 12 MOISTURE CONTENT, PERCENT OF DRY WEIGHT Respectfully submitted, ries, Inc. R.R. 2, Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • FAX: 603/837-9335 PSI A-100-1 Nt+� Professional Service Industries, Inc. r%PAF Northeast Testing Division TESTED FOR: DATE: REMARKS: PSI A-300-1 James Leana PROJECT Elizabeth Field Calocerinos & Spina Engineers. P.C. Fischer's Island 1020 Seventh North Street Liverpool. NY 13088 OUR REPORT NO 091-15039 Testpit No. 5 Maximum Dry Density (p.c.f.) 137.7 Optimum Moisture (%) 6.2 Dry Density before soaking (p.c.f.) 136.1 Moisture Content before soaking (9t) 6.0 Dry Density after soaking (p.c.f.) 134.9 Moisture Content after Soaking 8.0 Swell 0.15 CBR @ 0.1" 38 CBR @ 0.2" 50 P.O. Box 717, 42A Street • Wilder, VT 05088 • Phone: 802/295-6026 • FAX: 802/295-7153 Professional Service Industries 2 PROJECTN�fie S Z6,"eV 'IC i�©i - I pgpIECTNO I DATE PSI A-300.7 (2) /'bdLqb� Professional Service Industries, Inc. Northeast Testing Division TESTED FOR: James Leana PROJECT: Elizabeth Field - Fischer's Island Calocerinos & Spina Engineers. P.C. 1020 Seventh North Street Liverpool. NY 13088 DATE September 16, 1991 OUR REPORT NO 091-15039 REMARKS: Mechanical Analysis of Soils GRA -1826 Test pit #5, sandy gravel SIEVE % PASSING % SPECIFICATION 3" 100.0% 2" 100.0% 1" 78..3% 3/4" 70.3% 1/2" 61.3% #4 45.2% *1034.8% #20 21.2% #40 9.7% #60 4.8% #80 3.0% #100 2.0% #200 .9% PAN 0% REMARKS: (3) Copies: PSI A-300-1 RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 �r .� �.. .i r.. .rr rr �rw .. r r. .� ri. �. � err rr ■r .rrr .. �■■■■1111►�■1■i■��liil��iir■�IYIII�■�■®111�■■■Ilil��■■■ .. ��■■1111��■■�11111�■■■IIIII�■■■w1�■■Illlm■■ �■■■ilil��►1■X11t1��■■�11111�■■■w�■■■Ilill�■■■ . ' �■■■1111��■,�1111�■■■■11111■■■�u��■■■11111■■■ �■■■1111��■1��1111��■■■itlll�■■ ■■illl��■■■ . ' �■■■1111��■■�11�u�■■�n111�■■®N■■■Iul/�■■■ �■�■tllli�■u�i1W��■�Iull�■■■■u■■■gllm■■ , ' ai�niiiiii�iluiii■�■Illuiiii■�i��iu�� �■■■tIII��■■�Ilu���u�lllil�■■■���■■■Illlu■■■ �■■■tlll��■■�inl��■■� Inll�■■®�■■■n11u■■■ �■■■Illl�����nil���■■t,lll�■■■®�■■■lulu■■■ ' �■■■nll��■■�im��■�I■Ill,lli■■■�In■■�Inlu■■■ . �■■■1111��■■�11111�■■■Ilill�■■■■u�■■luuu■■ ��■■Itli��■■�Ilw�■■■Itlll��■■■u■■■lulu■■■ , . �■■■1111��■■�Illlu■■■11111■`�'�tAl/�■■�Inlu■■■ .. ��� ■�Eli.abeth PORT OF SOIL ANALYSIS,. ,. �r .� �.. .i r.. .rr rr �rw .. r r. .� ri. �. � err rr ■r .rrr LOG OF TEST PIT, TEST TRENCH OR AUGER HOLE Trench or Hole No TP -6 _ Surface Elevation _ -- -_ Date Started 9/10& Location by b2ijM #u Elevation of Bottom _ Date Completed 9/10/91 _ CL C ° o u' Blow Count or Sample Weight Type ofo Sample Taken ° a m 3 to Z Field Classification and Description of Material Field Sketch of Test Pit or Test Trench Excavation 0"-511 NblSt, dark bran OrLlics nAst, hrcwz, Silty M3dim sand and gavel with cchblf s 1, 51�-28" I 2 I. I I I- I I 3' 28"-60' Mmst, cra-pe hrc6%n, amse sarrl and gavel with ales I I I 4� I I I I I 5, I j Batten Of test pit PROJECT NAME PROJECT NO. Elizabeth Field Method of Excavat,on Aporoximate Dimension 091-15039 Fiscl-or's Island SCuthnld, W Sample Hammer Weight Groundwater Elevation nO groundwaLer Sample Hammer Drop Logged By B. Erickson DATE 9/10/91 PSI A•100.1t LJ rI 11 r] I -� PROFESSIONAL SERVICE INDUSTRIES. INC./NORTHEAST TESTING DIVISION FIELD CBR TESTS & TESTPIT LOGS Project: Elizabeth Field, Fischer's Island Date: 9/11/91 Location: by boring #21 Testpit No.: 6 CBR No.: 6 Depth: 20" Type of Soil: Fine sand Dry Damp Wet Saturated Gauge Reading Dial A Dial B Dial C 55 .90 .50 .48 65 .75 .75 .78 ----20" 70 .50 .50 .46 — 2 ' -- -- 70 .25 .25 .28 75 .00 .00 .05 — 3' 80 ..75 .75 .75 80 .50 .50 .48 4' 82 .25 .26 .24 85 .00 .00 .00 — 51 Jack: Dudgeon Gauge: 0500 85019-1 Remarks: Gauge I.P. 50 Loamy sand 1" — dry 6' Dark brown/grey, fine to coarse sand (fill) with gravel to cobbles 20" — dry 7' 8' Performed By Haag/Erickson AP% Mh N Professional Service Industries Inc. ,-WAF Northeast Testing Division REPORT OF MOISTURE DENSITY RELATIONSHIP OF SOIL , TESTED FOR: James Leana PROJECT: E1 izabed] field-Fischers Island CaLoceri.nos F Spina Engineers, P.C. 1020 Seventh North SLr-,eL Liverpool, NY 13088 I DATE: September 30, 1991 OUR REPORT NO.: 091-15039 TEST DATA LU 122 Cn m 121 120 76Z 0I 19 0118 Iff 12 115 Brawn sand wiLh stone TesL PiL #6 ASIT1 698 M .Lhod D PI.(} -1 181 lsity: 122.0 lbs/ft.3 I !!! I'IIII�Ij ii�1; !!!1'111 ti�1( tj( visuai ulassincation Plastic Limit: ,PI: I III IIIIj�E'! Sample Source: Ii li;;l;'l i!11. !1! j 111,11 ,II !1 Method of Test 1 li!i! "'!ilii ill l !� IIII i!!! Ilt illii!Il !Viii' j!. li li;ijli lt!l 'ill!i!! C- Test Results: it}Iljl' ''ili:.!!tjt; !; ;t1!1 :'!,!! '! (iii Maximum Dry De 1 � ! II 'li iiiil i!'lijl lijill Illi!illi if �c ''liil! Optimum Moistur 1. J1 41 l t, ilii ~1 Illi 'I r Ij IIII Atterberg Limits: 111' Ijt II, I�'!' i II ;t!II, II! ., it '! I I' ' II 11 Ili1i Liquid Limit: , __..1._i t1.Lt'._ ___ i�t� !1i'll�l i;!j j � j ilk , .. ' i,I 11t1 ill Ill! I— ' +Tit ' t LL Brawn sand wiLh stone TesL PiL #6 ASIT1 698 M .Lhod D PI.(} -1 181 lsity: 122.0 lbs/ft.3 a Content: 12.4 Plastic Limit: ,PI: -,i , i 1. J1 41 l t, Illi 'I lta '! IIII 111' II, I�'!' i II ;t!II, , __..1._i t1.Lt'._ ___ 7 8 9 10 11 12 13 14 MOISTURE CONTENT, PERCENT OF DRY WEIGHT PSI A-100-1 RR 2 Box 655 0 Whitefield, NH 03598 0 Phone: 603/837-9332 Respectfully submitted, Professional Service Industries, Inc. 0 Fax: 603/837-9335 TESTED FOR: I LATE REMARKS: Te 3" 2" i" 3/ 1/ M4 1 M1 N #4 i N 1 P 1 MARKS: (3) �opies: Professional Service Industries, Inc. Elf/ Northeast Testing Division James Leana PROJECT Elizabeth Field - Fischer's Island Calocerinos & Spina Engineers. P.C. 1020 Seventh North Street Liverpool, NY 13088 September 16, 1991 Mechanical Analysis of Soils GRA -1827 st pit #6, brown sand with stone SIEVE % PASSING 100.0% 95.5% 87.0% 4" 82.9% 2" 78.3% 70.4% 0 61.0% 20 49.2% 0 38.0% 6 8 1 0 28.3% 0 22.9% 00 19.0% 200 10.3% AN 0% OUR REPORT NO 091-15039 % SPECIFICATION PSI A-300-1 RR 2 Box 655 • Whitefield, NH 03598 • Phone: 603/837-9332 • Fax: 603/837-9335 mA-,°°1M M M M M M W� M M M� M M M M M M . . .. �■■■�IIIIII�,ri■�IIIIn�It■■IYIII�■��Dlln■■■nll��■■■ ' �■■■1111��■►�■Iliad■■■11111�■■■Illla■■■1111�■■■ -. �■■■1111��■��na1�■■■It111�■■■nn��■■■IIIIIa■■ �■■■It11��■■��1111��■■■11111�■■■®11a■■■ull��■■■ , �■■■ulla■t■1'��■■■11111■■■®11�■■■tllln■■� ' �■■■■t1111�■■■IIIII��■■Inna■■®Im■■�1111/�■■� . i■i�iliiii■■1�■tlmi■i �tli�uui®�ii�tnl�n� ' , �■■■n11��■■■Uil��■■�IIIIIa■■®11n■■■Inl��■■� �■■■Wi1�■■■IMS■■■lulla■■�im■■■IIIII�■■■ . �■■■1111��■■■Illa�■■■Illl�a■■Ilna■■■Ilina■■ .. a■■nii��■■■na��■■■11111�7■■e11n■■�1111��■■■ �■■■11����■■■Ila��■■■nlm■►'�■aaa■■■Il�la■■■ • t■■■11111■■■iln��■■■Ilaa■� ■■moll . , �■■�11111�■■■nni�■■■Illn�■■►7un��■■■1111��■■■ ■■■nll� qua lnl : �■■■11111■■■nan■■�11111�■■■u� �■Illla�■� . �■■■It111�■�■11111■■■Illa�■■■ulla■■��iii:.��!�� .. ME REPORT • mA-,°°1M M M M M M W� M M M� M M M M M M PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 8-1 Project Name: Fischer's Island Date of Boring: September 9, 1991 Site: Elizabeth Field Project No.: 191-15139 1'6' 3' 1'6• 6' 11' DESCRIPTION DEPTH ELEV. SANPLE N Nc RENARAS -------------------------- --------- ----- ---------------- — -------- — — --- — -- -- SURF ACE----- ---------- --------- V topsoil Nolst, dense, brown SAND and gravel. Cobbles. 1'- - - trace of organics 1.6.-1 SS -1 13 5-11-12 ------------------------------------------------ - Nolst, medium, dense, brown. SAND and gravel ----- 116.- ------- ----- ---- ---- a with cobbles 3' s SS -2 s 7-5-3 a ------------------------------------------------ - Wet, medium dense brown SAND and gravel with ----- 3' - ------- ----- ---- ---- - - cobbles e'6' SS 5-2-3 - --------------------------------------- --------- s Wet dense brown SAND and gravel with cobbles ----- e4's - ------ -3- -5 -- - --- - e 6' SS -1 11 5-11-11 - - Net, fine to medium SAND, some stone 6' ------ --- - 1'6'- SS -5 31 1-15-16 9' - SS -6 16 11-12-21 m 11' s SS -1 11 11-21-23 s Boring terminated at WV - - s Groundwater level recorded at 6'1' after s s 1/2 hour. - - m s s m s s m s s PSI A-111-18 1'6' 1'6' 6'1' PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 8-2 Project Nast: Fischer's Island Date of Boring: September 9. 1991 Site: Elizabeth Field Project No.: 191-15139 DESCRIPTION DEPTH ELEV. SANPIE N Nc REMARKS SURFACE --- 82 core 3' blacktop - ------ - 6' of crushed Eton• ------------------------------------------------ Molst, loose, brown, fine SAND, slit, clay, - 1'- - SS -1 1 2-1-1 - organics and rubble 1'6'- -------------------------------------- --- ------- -1 ---- ---- ---- - Nolst, loose, brown, fine SAND 2'6'- SS -2 1 1-2-2 - - 1' - - ------------------------------------------------ 6' - 1-1-2 - • Nolst, loose. brown, sodium -SAND and gravel 516'• SS -3 1 • with cobbles ----- ------- -••--- ---- ---- - ------------------------------------------------ 5161- 6-6-9 - Medlu■ dense, wet, fins to sodium SAND, with 2' - SS -6 l5 - cobbles ----- ------- - --- ---- ---- � 1' • 5-21-18 � 1'6' SS -S 31 ----- 8164— /'6' ------- ----- ---- --- ---- III III SS -6 23 1 ------------------------------------------------ ----• ------ - -- --- --- Boring terminated at 11110. - Net cave-in at 6'1'. - � � 1 PSI A-111-18 PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 8-3 Project Nast: Fischer's Island Data of Boring: September 9, 1991 Site: Elltabeth Field Project No.: 191-15139 DESCRIPTION DEPTH EIEV. SAME N Ac RENARIS 83 - core 1' blacktop - —SURFACE — -- --- ---- - 1' of crushed stone - - SS1A SS18 11 9-9-11 Hoist, dense, brown coarse SAND 6 gravel ------------------------------------------------ - SSIC - a Nolst, dense, light brown sodium SAND a a Nolst, dense, dark brown sodium SAND 6 gravel 201. - SS -2 21 11-12-8 - Nolst, dense, orange -brown, sodium SAND - s'1'- SS -3 25 8-11-13 silo— 616'- SS -1 21 11-11-11 -�- Wet, very dense, grey -brown coarse SAND and gravel with cobbles - _ a a a 6'6- 8'1'- SS -5 MSA 11-51 8' penetration, stone - - In tip a a a 11' 1" SS -6 31 8-11-21 Boring terminated at 1111' - Groundwater level recorded at 518' after one hour a a a a a � PSI A-111-18 /'-4' 41.74 3'1' 4'4' 5'6' 8'6' PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Borings 8-4 Project Name: Fischer's Island Date of Boring: September 9, 1991 Sites Elizabeth Field Project No.i 191-15139 DESCRIPTION DEPTH [LEY. SANPLE N Nc RENARKS SURFACE 84 - core 4' blacktop ---- ------- ----- ---- ---- 3' of crushed stone Moist dense, medium grey SAND and gravel t' SS -1 L8 ti -LL -1 ----------------------------------------------- i Nolst, medium dense, grey silty SAND, trace 4' SS -Z 11 1-4-6 of organics ---------------------------•------------------- 4' Net, 1441um dense, orange-brovn, coarse SAND 516' 4-4-8 a SS -3 12 Not. very dense, orange-brovn coarse SAND 1' SS -4 29 1-11-16 e � e T' 8'6' SS -S I1 18-18-19 Boring terminated at 8'6' (okay by N.K.) e Croundvater recorded at 5'1' after one hour. e e e e e e e PSI A-188-18 1 i 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 PROFESSIONAL SERVICE INDUSTRIES. INC - RECORD OF SUBSURFACE EXPLORATION Boring: 8-5 Project Name: Fischer's Island Cate of Boring: September 9, 1991 Site: Elizabeth field Project Me.: 191-15139 DESCRIPTION OEPTN ELEV. SANPLE N Nc RENARKS SURFACE BS core 3' blacktop ----------------------------------------------- - i' crushed stent Nslet, sodidints. br/groy, floe SAID i gravel, ----- ------- ----- ---- ---- --------with cobbles---------------------------- P - Noist, slightly compact dark brown peat 2169- SS -1 11 6-1-3 ------------------------------------------------ ----1 ------- ----- ---- ---- 1 Nolst, slightly compact, brown, fine to medlum 2160 - SAND 6 gravel with cobbles e' - SS -2 3-2-3 11 - ------- -6 -- ---- 1 61601 SS -3 1-11-12 '$tons In tip 1 ----------------------------------------------------- Het, very dens., brown, fine to coarse SAND 6 6'6' - ------- ----- ---- ---- gravel with cobbles 1' - SS -1 36 12-16-21 ------------------------------------------------ 1 1 Boring terminated at 1111' Groundwater level recorded at 61' after - 0 one hour 1 1 � o a � 1 , 0 PSI A-111-11 1'-4' 4-11' 2' to, PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Borings 5-6 Project Nine: Fischer's Island Date of Borings September 12, 1991 Site: Elizabeth Field Project No.: 091-15139 DESCRIPTION DEPTH ELEV. SANPLE N Nc RENARKS SURFACE B6 core 4' blacktop ------------------------------------------------ 6' of crushed stone ------------------------------------------------ ----------- ----- ..-- ---- Noist, slightly compact, dark brown, fine to I, - coarse SAND I gravel 2' 3-3-/-6 SS -1 T ------------------------------------------------ ----------- ----- ---- ---- Nolst, medium dense, brown, fine SAND i slit 21 - SS -IA ----�------- ----- ---- ---- Vat, dense, grey, medium to coarse SAND 1 gravel with cobbles 12-12-21-51 SS -2 32 i' --�— a � a 21-21-23-2T SS -3 44 Refusal Grourxiwater level recorded aL 6'0" t1' after s4 hour 32-31-28-33 Boring terminated at If'$' - SS -4 s8 PSI A-111-18 PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 1-I Project Name: Fischer's Island Dote of Boring: September 12, 1991 Ito: _Elizabeth Field Project No.: 191-15139 DESCRIPTION DEPTN EIEV. SAMPLE N Nc MARKS —SURFACE It core 1' blacktop - _ 1'- - V of crushed stone - Molst, slightly compact, fine to sodium, SAND and gravel 3' 1-2-3-2 Nolst, sodium dense, brown, sodium to coerce 3'- - SAND and gravel with cobbles - - SS -2 16 - 1 ------------------------------------------------ ----e ------- ----- ---- ---- _� a Wet, very dense, brown, medium to coarse SAND 6'- and gravel with cobbles 1' - 11 -11 -15 -it SS -3 21 1 Not, dense, grey, medium to coarse SAND and 1'- e e gravel with cobbles SS -1 21 9'- ------ 11161 SS -5 n/a Boring terminated at 11160 1 irounduator level recorded at 611' after 1 1 one hour PSI A-111-11 3' 6' 9' 11'6' PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 1-0 Project Name: Fischer's Island Date of Boring: September 12, 1991 Site: Elizabeth field Project No.: 191-16139 DESCRIPTION DEPTN ELEV. SANPtE N Nc AENAAKS --- 11 core 1' blacktop - SUAfACE------ 6' of crushed stone Nolst. dense grey, fine to coarse, SAND and _ - - P- - gravel with cobbles 3' 1-8-13-16 • • ------- SS -1 ----- 21 ---- ---- • ------------------------------------------------ Nolet, very donee grey SAND and gravel with ---- 31- - cobbles 6' - 13-16-12-11 SS -2 21 - - ------ Met. very dense, grey, coarse SAND and gravel 6'- - - with cobbles 1' 16-11-11-13 SS -3 62 ---- P- 1 ------- ----- ---- ---- • 9' 13-51-36-16 SS -1 93 ---- ------- ----- ---- ---- 15-18-21 1 11'61 SS -6 39 • ------------------------------------------------ Boring terminated at 1116' ---- ------- ----- ---- ---- • 6roundwater level recorded at 611' after 1 1 one hour. • • 1 • 1 1 • 1 1 • 1 - 1 PSI A-111-11 PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 1-9 Project Name: Flscher'6 Island Oat# of Boring: September 12, 1991 Site: _E_lliabeth field Project No.t 191-15139 DESCRIPTION DEPTH ELEV. SANPLE N Nc RENARKS SURFACE 89 core V blacktop - — _- P - _ V of crushed stone Nolst, slightly compact, fine to coarse, brown, SANO and gravel with cobbles, trace slit 3' - 64-1-2 • • ---- ------- SS -1 ----- 1 ---- ---- • Peat, moist, very loose, dark brown 3'- 6' Nolet, loose, brown, fine SAND and silt SS -1 3 - ------- Wet, loose brown, fine SAND and silt 6 - )' - SS -3 1 • Wet, slightly compact, red brown, fine SAND and silt, trace gravel V- # 9' s 1-2-3-2 SS -1 6 9'- 1-1-3 m 11'ii $S-5 1 • Boring terminated at 11160 � • 1 groundwater level recorded at $'1' after on# hour N • • 1 • • PSI A-111-11 PROFESSIONAL SERVICE INDUSTRIES. INC. , RECORD OF SUBSURFACE EXPLORATION Boring: B-10 Project Nates Fischer's Island Date of Boring: September 12, 1991 , Site: Elizabeth Field Project No.: 191-15139 4-11' 1' 3' 11 O DESCRIPTION DEPTH EIIV. SANPIE N Nc AENARKS SURFACE /' blacktop t' - 6' of crushed stone Noist, tedium dense, fine, brown SAND and slit to coarse gravel with cobbles 3' 8-6-5-6 ------------------------------------------------ Yet, very dense, brown, medium to coarse SAND ---- ------- ----- ---- ---- and gravel with cobbles, trace silt S' 19-12-15-15 - SS -2 N ----• ------ ---- --- --- —� s'- T' _ s -5 -ll -ll SS -3 is a %'- 9' l5 -ll -ll -l2 SS -1 21 90- 9-11-12 11,51 SS -5 22 ------------------------------------------------ Boring terminated at 11'6' ---- ------- ----- ---- ---- Groundwater level recorded at 5'1' after one hour 1 , PSI A-111-18 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring, 6-11 Project Name: Fischer's Island Date of Boring; September 12, 1991 Site: _Elizabeth Field Project No.i 091-15039 DESCRIPTION DEPTH ELEV. SAMPLE N Nc RENARI(S SURFACE Hoist, dense, brown, medium SAND and gravel with cobbles, sole silt 1'- 3' 1-5-l1-13 SS -1 16 ---- 2'- ------- ----- ---- ---- 1' SS -2 tl ----� ------- ----- ---- ---- 6 attempts without penetration past 4'. A broken teeth. This end of roadway has many large boulders on beach and surrounding sea wall. e � � e e � a e � a � � PSI A-111-11 3' 1' 11'6' PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: B-11 Project Nate: Fischer's island Date of Boring: September 13, 1991 Met Elizabeth Field Project IS.: 191-15139 DESCRIPTION DEPTH ELEV. SANPIE N Ac RENAR[S SURFACE 6' blacktop - ------ 6' of -3' crushed - Nolet, slightly compact, fine SAND and silt to t'- - coarse SAND and gravel vlth cobbles- - 3-6-2-1 1 1 SS -1 1 1 ------------------------------------------------ Wot, loose, grey, coarse SAND and gravel ---- 30- ------- ----- ---- ---- 6' - SS -2 3 1-1-1-1 �_ 1 1 ----e ------- ----- ---- ---- 1' 3-1-2-3 SS -3 6 ------------------------------------------------ 1 Wet, sodium dense, grey, fine SAND and silt ---- 1'- 1 ------- ------ ---- ---- 1 SS-/ 9 9'- _' 1-94 1 11161 SS -6 15 ------------------------------------------------ Boring terminated at 1116' ---• ------- ------ ---- ---- Growxtwater level recorded al. 5'0" 1 after hour. 1 1 PSI A-111.11 PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: B-13 Project Name: Fischer's Island Date of Boring: September 13, 1991 Site: Elizabeth field Project No.: 191-15139 DESCRIPTION DEPTH [LEY. SANPLE N NC RENARIS SURFACE 813 core 6' blacktop 11 - 6' of crushed stone Nolst, medium dense, brown, fine to coarse SAND gravel with cobbles 3' e-1-5-� a SS -1 113 ------------------------------------------------ Yet, slightly compact, brown, fine to coarse ---- 31 - ------- ----- ---- ---- SAND and gravel with cobbles 51 SS -2 3-3-1-1 - ------- -1 -- ---- Yet, loose, dark brown peat 1' SS -3 8 3-2.6-9 Yet, jr.-br., silt 6 med. dense SAND, w/cobbles e Yet, very dense, grey and brown, fine to coarse l'- o SAND and gravel with some cobble 9' 19-32-18-t1 SS-/ 51 9'- 21-21-19 a I1b'I SS -5 39 Boring terminated at 11'6' Groundwater level recorded aL 5'0" a after [lour. v s a a a a a a a v v a � � PSI A-1111-118 2'6, 3' S' 11,6" PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: B-14 Project Nasse: Fischer's island Date of Boring: September 13, 1991 Site: Elizabeth Field Project No.t 191-15139 DESCRIPTION DEPTH (LEY. SAME N Nc REMARKS SURFACE 114 core 4' blacktop l'- - 6' of crushed stone Nolst, eediue dense, dark brown, fine SAND and jilt, trace gravel 3' SS -1 16 6-4-12-3 ------- ---- SS -IA ----- ---- ---- Net, loose, dark brown peat ------=-------------- Vat, soft, brown, silt 3'- S' ss -i t ----------------------------------------------- ---- ------ ---- --- --- —yr_ Not. slightly cospact, brown, fine to •edlum S' - SAND, with cobbles i' 1-1-4-14 SS -3 S - ---- i' - ------- ----- ---- ---- s 9' 25-26-24-32 SS -4 52 9'- 21-11-23 a 11,61 SS -5 39 e ------------------------------------------------ Boring terminated at 11'6' ---- ------- ----- ---- ---- Groundwater level recorded aL 5' after a hour. ' e a e a e � � � e e PSI A-111-14 PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 1-15 Project Nate: Fischer's Island Bate of Boring: September 13, 1991 Site: Elizabeth Field Project No.: 191-15139 DESCRIPTION DEPTN EtEY. SANPtE N Nc RENARKS --- -- — 1' blacktop - —SURFACE _ 6' of crushed stone - Nolst. ■odium dons , ridibrown. fine SAND and _- P - poat SS -1 9 3-6-3 Nolst, dons#, fine to coarse, light brown SAND 2'6' - and gravel with cobbles 1'- - SS -1 11 - 21-51-1efusal SS -3 SI• Wit, very dons#, fine to coarse, light brown 516'- o SAND and gravel with cobbles 2' a 21-51-1efusal — a SS -1 51• - a a 1069- SS -5 $1• 51 -Refusal a - Wet. very dense, grey, tedium to coarse SAND and gravel with cobbles ll' SS -6 95 26-I6-51 Boring terminated at 11' a 6roundvater level recorded at 5'6' after a e one hour t a a a a a PSI A-111-11 1'-4• 4-9• J' 11' 1 PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 8-16 Project Name: Fischer's Island Bate of Boring: September 11, 1991 Sltei Elizabeth Field Project No.: 191-!5139 DESCRIPTION DEPIN ELIV. SANPIE N Nc RENARKS SURFACE--- ---- 116 core 4• blacktop - - 6' of crushed stone Nolst, very donee, fine. to medium SAND and _ I$ - gravel with cobbles 2'6•- - SS -1 42 6-1-35 — 1'6• 4' - 12-1efusal at 3' - SS -2 11 e 4'- e 6'6•- 32 -41 -SI SS -3 92 S'6• • 1' a 51 -Refusal SS -4 51• Wet, very dense, fine to sodium SAND 6 gravel I' cobble 1666- —' a a SS -S 43 11-25-11 a , 11' SS -6 95 14-22-22 Boring terminated at 11' e 6roundwter level recorded at 1118 a a after 1/2 hour m a a a a a PSI A-111-11 PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 1-17 Project Nast: Fischer's Island Date of Boring: September 11, 1991 Site: Elliabeth field Project No.: 191-15139 DESCRIPTION DEPTN EIEV. SANPIE N Nc RENARRS —SURFACE--------- 617 core V blacktop - - — _- 1'- - _ 5' of crushed stone Nolst, medium dense, brown sodium SAND 1'6'- ------------------------------------------------ SS -1 11 5-1-11 1 Very dense, moist, orange -brown, medium SAND _e s and gravel with cobbles 2-6-- '6'1' 4 - 15-22-37 - SS -2 S9 - - Very dense, moist orange -brown coarse SAND and 1'- a e gravel with cobbles e 19-15-61 - $S-3 16 - SS -1 N/A All cobbles Very dense, vet, grey, coarse SAND and gravel with cobbles— t'6• . 1 a SS -6 111• 17-111 a (9' penetration) 11' SS -6 62 19-21-31 N e N Boring terminated at 1111' - iroundvater level recorded at 6'9'- after - 112 hour 1 1 � 1 / 1 m a , s a PSI A -M-11 V-4' 1-9' if IV PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 8-18 Project Name: Fischer's Island Date of Boring: September 11, 1991 Site: Elisabeth field Project No.: 191-15139 DESCRIPTION DEPTH ELEV. SAME N At RENARLS SURFACE-- ---- — bit core 1' blacktop - V of -3' crushed - Very dons#, moist, brown, coarse SAND and gravel _- l'- - with cobbles and boulders 2660 SS -1 63 28-11-23 2169- 41 - 32-31-51 - SS -2 13 5'6•- 51 -stone In tip SS -3 111• (40 penetration) Very dense, vat, grey, coarse SAND and gravel 5'6• m with cobbles - SS -1 41 15-11-21 A m SS -5 13 19-18-25 1 u' - SS -6 31 15-11-13 Boring terminated at 1111' - 6roundwat#r level recorded at 516' after 1/2 hour 1 m m m m 1 m e m PSI A-111-18 1 1 1 1 1 1 1 1 1 PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 8-19 Project Nano: Fisher's Island Oat# of Boring: September 14, 1991 Sltel 111100 th Field Protect No.i 191-15139 DESCRIPTION DEPTH ELEV. SANPLE N Nc RENARKS - 119 core 1' blacktop SURFACE P - _ 6• of crushed stone Nolst, dense, brown, sodium SAND and gravel with cobbles 1'6• - SS -1 21 1-9-11 2.66- Refusal - move 1' north 41 - 29-11-11 1'- e SS -2 11 e s Nolst, light brown, medium to coarse SAND, trace gravel 6'6'- 11-11-21 - - SS -3 31 - SS -1 32 11-11-11 1' 1'6• e SS -5 31 11-11-21 s IIV- to, SS -6 Boring terminated at 11'1• Groundwater level recorded aL 5'0" after - - hour. - � a s � N � N e e ISI A-111-16 1-2' PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boring: 1-11 Project Name: Fischer's Island Date of Boring: September 11, 1991 Site: Elizabeth Field Project No.: 191-15139 DESCRIPTION DEPIN ELM SANPIE N Kc RENARRS 121 core 2' blacktop SURFACE blacktop ------------------------------------------------- - Nolet, very dense, brown and black, medium SAND 30- and gravel with cobbles t• - 51- 1 a ------- A-1 ----- 51• ---- ---- a ---- V- 124 - 51- - A-2 61. m four attempts without penetration past 1 foot. ----e ------- ----- ---- ---- e Cobble causing large heaves In blacktop. This is parking area for plants. - 3 hours -1 tooth • a a 1 / 1 1 / 1 1 / , / PSI A-111-10 PROFESSIONAL SERVICE INDUSTRIES. INC. RECORD OF SUBSURFACE EXPLORATION Boringi 0-11 Project Name: flschor's Island Date of Boring: September 11, 1991 Sltel Elizabeth Field Project No.: 191-15139 DESCRIPTION DEPTH ELEV, SANPIE N Nc REMARKS SURFACE Topsoil ----- - ------------------------------------------------ 1'- - Moist, very dents, fine to coarse, SAND and 3' - gravel with cobbler 11-31-12-11 • • $S-1 11 s ---- 3'- ------- ----- ---- ---- 6'- - SS -2 16 s------------------------------------------------ ----e ------- ----- ---- ---- e Nelst, dense, medium to coarse, brown SAND and 6'- - - gravel with cobbler i' - ll-tl-I1-13 - SS -3 21 9' - 11-11-11-11 SS -1 21 • 11' • SS -1 11 • Boring terminated at IV V No groundwater recorded after 112 hour - • • 1 PSI A-111-11 Prote.4sional Service Industries GENERAL NOTES SAMPLE IDENTIFICATION The Unified Soil Classification System is used to identify the soil unless otherwise noted. SOIL PROPERTY SYMBOLS N: Standard "N" penetration: Blows per foot of a 140 pound hammer falling 30 inches on a 2 inch O.D. split -spoon. Qu: Unconfined compressive strength, TSF Qp: Penetrometer value, unconfined compressive strength, TSF Mc: Water content, % LL: Liquid limit, % PI: Plasticity Index, % b d: Natural dry density, PCF 1: Apparent groundwater level at time noted after completion. DRILLING AND SAMPLING SYMBOLS SS: Split -Spoon - 1 3/8 " 1. D., 2 " O. D., except where noted. ST: Shelby Tube - 3" 0. D., except where noted. AU: Auger Sample. DB: Diamond Bit. CB: Carbide Bit. WS: Washed Sample. RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION TERM (NON -COHESIVE SOILS) STANDARD PENETRATION RESISTANCE Very Loose 0 - 2 Loose 2 - 4 Slightly Compact 4 - 8 Medium Dense 8-16 Dense 16-26 Very Dense Over 26 TERM (COHESIVE SOILS) Qu - (TSF) Very Soft 0-0.25 Soft 0.25-0.50 Firm (Medium) 0.50-1.00 Stiff 1.00-2.00 Very Stiff 2.00-4.00 Hard 4.00+ PARTICLE SIZE Boulders 8 in. + Coarse Sand 5mm-0.6mm Silt 0.074mm-0.005mm Cobbles 8 in. -3 in. Medium Sand 0.6mm-0.2mm Clay-0.005mm Gravel 3 in.-5mm Fine Sand 0.2mm-0.074mm PSI G-100-9 f 1 1 1 1 i 1 1 1 1 1 1 1 1 APPENDIX B PAVEMENT DESIGN DATA 12/7/78 ti v f AC 150/5320-6C MEMEMEEMMEMPMAN mmmmmmmmmmmm mmmmmmmmmmmm mmmmmmmmmmmm mmmmmmmmmmmm MMMMMMMMMMWAWJ mmomommmmmmu moommmommummoomm,Nanh Rk I Chap 5 Par 80 Page 125 1 APPENDIX C IJ 1 FAILED APRON PAVEMENT L PAVEMENT RAVELING AND WEATHERING h & A � t '4Ar too ' =r` 2 i a'41 n i y � M s, A ^4 L 1 t f e i [l s e 11 n PAVEMENT DEPRESSION CONCRETE PAVEMENT JOINT SEAL DAMAGE FIGURES FIGURE NO. 1 GENERAL PLAN F&M MA1p N COU1n Controcsor; Access Route To Staging Area And Field Office Q a1Ta eLOCX M.Am SOUND 0 ti LEGEND Edsrine Pored Road B Proposed Double Obstruction Lig1N — +:: s Exk*q OW ROW 8 Proposed Single Obatnaction LigN ® Eak*n &.Idlg a proposed Putt Ban Ezkfto Pra" I, Lir Proposed 2• Rigid Steel COndwl ��---� Eais" Coast Lbw Proposed Ur4wgrwW Direct Bwid Cobh town Eals" sow EN.atim N CHARGE Orr IIIA -MOAN Px- KY. PETRANOtL ND ALTEIIATION PERMITTED NEREON MADE BYn WiCOU MC[R,ALA 011020 EKCEPT AS PROVLIED UNDER SECTION CHECKED BYr 1RtLAW T.T.NM M TM SLWIVISION 2 OF TME HER YORK STATE EDUCATION LAW -90,� aoo .' a r -90,� aoo .' a 200' T REVISIONS TOWN OF SamMaa r6mm MAM%WV YM ELQABETN FELD ARPORTa`M L GENERAL PLAN S+EET KIM CMCalocarlms&SpW4 DATE: AVR4.ne0 SCALES AS 0NO" 1 E9 FLE N4 2L002 — 0 FILE N0.)7TA0001 19 1 r� 1 1 1 1 1 1 1 1 1 1 FIGURE NO. 2 BORING PLAN r—` GENERAL NOTES: ' I WRINGS SHALL If ADVANCED 10 A CONTINUOUS DEPTH OF 10 FEET IN ACCORDANCE WITH ASTM 0-150. 2 ALL TEST PITS SHAH BE LOGGED TO A DEPTH OF S FEET. FIELD CDR AND IN-PLACE DENSITY TESTS ARE TO BE PERFORMED AT A DEPTH , / OF I. S FEET IN ALL TEST PITS. BULK SOIL SAMPLES SHALL ALSO BE OBTAINED AT THE SAME TEST DEPTH FOR LABORATORY TESTING. /. A LABORATORY COMPACTION TESTS SMALL BE PERFORMED IN ACCORDANCEWITH ASTM D-698. /' 0 S MECHANICAL ANALYSES SHAH BE PERFORMED ON THE BULK SOIL SAMPLES ' OBTAINED AT ALL TEST PIT LOCATIONS APO REPORTED ON GRAIN SIZE CURVES. OVEN DRY NATURAL MOISTURES SMALL BE OBTAINED FOR EACH BULK SAMPLE. / 6 RESULTS OF MECHANICAL ANALYSES, IN-PLACE DENSITIES AND FIELD CBR'S SMALL BE REPORTED TO THE ENGINEER PRIOR TO CONDUCTING LABORATORY TESTS. ADDITIONAL LABORATORY TESTS VILL BE DEIERMINED BY THE ENGINEER. `' O �►AAAs�s I THE LABORATORY SHALL PROVIDE LOGS OF PAVEMENT CORES 10 INCLUDE , ® / / rows THICKMESS, MIX TYPE, AGGREGATE TYPE, MAXIMUM AGGREGATE SIZE, EIC. cams 8 THE ENGINEERING LABORATORY IS CAUTIONED THAT LIGHTING CABLES EXIST ALONG THE EDGES Of PAVEMENT (APPROXIMATELY 10 FT. FROM THE EDGE OF PAVEMENT) AILD IHESE CABLES ARE NOT SPECIFICALLY SHOWN. �a o 9 THE BORING CONTRACTOR SMALL USE EXTREME CARE IN EXCAVATING t ALL TEST PITS. TEST PITS SHALL If EXCAVATED A MINIMUM DISTANCE OF 10 FEET FROM THE EDGE OF PAVEMENT 10 AVOID BURIED UTILITIES. 10 THE ENGINEERING LABORATORY SWILL REPAIR AT THEIR EXPENSE ALL DAMAGE I ! J TO UTILITIES, UNDERGROUND CABLES AND PIPE THAT RESULT FROM THEIR i OPERATIONS. THE ENGINEER SMALL Bf NOTIFIED IMMEDIATELY IN THE EVENT OF DAMAGE TO SUCH UTILITIES. , i s °°RINCS 02 467' TPI 1 e4 �( - i / BN Be — —_- _------ OLOCK i � l 1 / IN cwcE Wo ILL. Koww /.t. k"..nOAIC" MADE en Tj6 WIDIM DECKED •Yo u.tUKA FISHERS ISLAID tl 1413 AT 9II' 09 TPI _LIM SOUW NO ALTERATION PERMITTED HEREON EXCEPT AS PROVIDED UNDER SECTION 7201 SUBDIVISION t Of THE NEW TORR STATE EOUCATION LAW 1 WO' RV ISIONI TMM OF SM M & FIRM ISLMO.Nn TOR ELIZABETH FIELD AIRPORT ARTICLE 9./ BORING & TEST PIT PLAN Colocerinos&SpIna DATE, oaa'°' on • M SCALE, As SHOWN FILE N0. IH CAD FILE NM 117APSHt SHEET W I0FI I.ECENO }( BORING ' TEST PIT OBSERVATION WELL NO ALTERATION PERMITTED HEREON EXCEPT AS PROVIDED UNDER SECTION 7201 SUBDIVISION t Of THE NEW TORR STATE EOUCATION LAW 1 WO' RV ISIONI TMM OF SM M & FIRM ISLMO.Nn TOR ELIZABETH FIELD AIRPORT ARTICLE 9./ BORING & TEST PIT PLAN Colocerinos&SpIna DATE, oaa'°' on • M SCALE, As SHOWN FILE N0. IH CAD FILE NM 117APSHt SHEET W I0FI 1 i 1 1 1 1 1 1 1 1 FIGURE NO. 3 TOPOGRAPHIC SURVEY . i O11At+a KCAL N rw 1 LOCATION MAP • � j 4 } r a i D S Y Y Y •O•■O M C O RET air Yta r v � J --+ 1 1• � r rr � � � ' i _' 3'+ 1, j" �'t �*. ib � /Y Y , . •�--�" s�p6� � �✓ \ r r : ' a 1 j b is r y to u r j +• r r ) I 'r_'*s"-..fir 1 / i >. { , • { j ( i { 'D tD ry � T. W 1 j r j � v :r ' 'f `*syr ` f ,+ r: t, ! S• fp o ✓ M C j !' . !' v ;Y S ✓ - � � 7 l '4r r f j .. ,y __J - i --1. r Ir � 1 -+�--r'-�r *. 1 f ' + 7,+ t. r .. t� ✓ � ✓ - ) • � � r'a { a. : � . r +a .r .a ��""f`r � j � v � " u � I �'-+� , '-�a �� ( '"' :� ,� � � " j za ! `,+ s; 'D �o.- 1� .' r r .- t .. r � 'r � f r � i t r r a f � ,r j f • zn E -a s, �, is lab+ it 1� t r ! r w• r r r r r l r f j L a a jr *. ! 1,. d' _.' r ✓ 4 � �4 t i t �� � , _ � � • _ �.. r _ r, � r r 'r r a j ` ,+ ! y � r ,r ,r y a h,a � to ✓: f '.' 7s ✓ � �. ' iirJ •f�J l3 •(! 1; � 'D r® y f _ .. f,� 'a la � r ,.r •• f j 4 t. y 1 �� � � � � L f s t 1 � -'� =*r S t : I � r � � ''a •o + + z. l V i norzs. ;.. �: t ia7 r t a r ' '+ '� L r '+ ✓ "� 1 . 1 { -T { i 114 7 a rtat � ✓ �s - L L ELENATIOM wain /� + \� '03�;��. , . 'ti b t� - ! "°'+� ' s',a t.+-. ';? f 'Y, .� L L:. +... r + >a �.. ✓ J ,� ✓ ,✓ 'x4 ,. N6vD P12t z HORIZONTAL w.ReM. M9� Y010C STA1L !•LAZE GOORpINATE . i + r f f J J r ie41 �...�� 1 � ... !'y t �+ `a f I L f ✓ 'a v j'+ " + � k7. SYSTEM LONS IS 704E ��,90�� 1 .. j 1 J ✓ t 'S. ura,rTTE3. : >, - coNTACT. 'Iwaoo6 \J g$ 84;l �` ' .. � .. �.► .. ✓ •. THOMAS voHmTY. Jt "� (8�'(p i� ' �✓ ✓ ,. A ` i ✓ r r r ' r 1 IN54GH MARK DATA NICER DESCRIPTION NORTH EAST ELEYAT70H TOP OF FK NAIL 64 6*,%l 330 ® FO110 N GBtri9t 50006537 2341,140.06 t16 LK OF O~Y 23 . b AT MW FOMT E2 6'A6+ 7Js _ i0P OF RC NAIL ® MW N CVWr 12 51461626 2340/1461 600 In OF RNMMY T p 63s TCP OF PK NAIL r ✓ ✓ E tit, ✓ e t ® PC" N GQR9t 500262/6 2354,14221 !2T Ll! Q P I• AY 12 D 6-D 6•/3E 300 N 1• M GEfTM LIFE 5T1,'MST 234231402 B91 Or 1616iAY 50 6'ISE 5-c AT 6KV POW T2 D T24 ® 1Q cr HOItvw ou 50035135 2341241.42 B30 AT am POW 461 VA" 222 skim a-WATIOW TA" CpORT70N 1'1lME Nv�[T NO. M"ATIOU GNAT$C% 4 64 6*,%l 330 YAE 231 . b 1Ie 6'A6+ 7Js _ >,56 6•/SE 9.10 p 63s 6•/51! 296 6Yro a aro r ✓ ✓ E tit, ✓ e t 6•!10 N 22R D 6-D 6•/3E 300 N 1• 6^AN 5= BASK tr 6'ISE 5-c D T24 1•M10J4 6•AS[ 5J4 ' - 16 137 VA" 222 A 637 6•/5K O24 16 l r tie a -B .1or vinL.- R. V�sG M � 620 Abl=WAW 44WC1,� •� ��� 6.246'/SK 6',rE 0.14 0.14 OA1tI1 O 621 FlgNDY w BASK 1A.—I-1-1 moi. 177 �✓�l \✓ bb gp 60 >,56 r ✓ ✓ E tit, ✓ e t tr ®''��✓ ✓ ✓ ✓ ✓ ✓ ✓ bfl TOP06RAPHICAL MAP .► �✓ \ �✓ �� �r .�o PORTION OF PROPERTY OF I3 \ \ �, ✓ ✓\� ✓ ✓ ✓ ✓✓ ✓ �b "`� if•N a • r ELIZA163ETH FIELD AWN"[ ✓1 7 TOM OP SOUTHOLD1 t ✓ AlT FISHERS ISLAND, NEA YORK ✓ „ 1a `n 11EM90N5 OA 1E DESCRIPTION � • � CMANDLCR. PALMER V KING 1% G \ 1 t/ r7B'1/ IL, 0-+ �J 1 b.", to U tlat M 1,Iarws6en M.- Aute, Y •!i -twy t ��� �� _} ��� •Nt.a� a.4 N •w MH 1 wt bwttJ•t. hlanntllw aM NIA . Tj \Iww.Y•� Y M s.I.41r /tea JULY 16, 7991 OA E. AV It 7991 scut r - so' j SHEET 7 CF 3 I ♦ OJ f RaTL3. L BLE/ATWN OAnWA NORTH iwt — U Rat y _ 2 /IORIlONfRL rnE 315 . Yri13M •,wooN Ir1000 t S. vnunc. rr r . r �ew+na a.•N r r r CONTACT, THOMAS DoHmrr, JL r r Y r 1S16JT08•i254 - P. . _ UfL rf LOI;ATIOHS ARE APPROXIMATE ALL TO !E ... WN* 020 AC,CVR TTI3Y LOCATED PRIOR TO CON5TFWTIOR O _ 4. NO ALTERATION P504TTM HEREON EXCEPT AS FRO` vw ,. IJpM SECTION 1204 WWMSiON 2 OF THE N64 YORK - STATE OPWATION LAN - - 900262J0 NM RE!'D�4G6 ISI TOPOGRAP"C.AL MAP, PORTON OF PROPERTY OF, • PIRA AIRF"tr, TOM OF W01.40LD. F"5HMS NEMC, W4 YORK �,. SCALE, AS NOrW, BY, CIWpLBi PALMER 4 KING. NORYUCH .. C NNWTSOJT, DECO—BER D. MD'1 i Q ✓ \ � • ✓ R . - CAREit LOE t"Tois CONTOUR .. O •SY4 452 Ruv40kY Ua f O 185 W/W 4.M 98073490 2341347A2 I70 ATM1�:tW0FHXKWW ATMIVNf W4 d 4, J ✓ t J + - ! . ZIY.M MARK DATA RaTL3. L BLE/ATWN OAnWA NORTH IIAVD 143 jQ 2 /IORIlONfRL rnE 315 . Yri13M 16YORK STATEPLANE GOORDNAT= lY3TG' LONO YLAN17 ZONE Ir1000 t S. vnunc. 4J6 CONTACT, THOMAS DoHmrr, JL 5 1S16JT08•i254 - 15LAIC a=TR4 FISHERS�♦ A)v YHIER HORKS ri7Fvm MLANP TB.."101E . _ UfL rf LOI;ATIOHS ARE APPROXIMATE ALL TO !E ... WN* 020 AC,CVR TTI3Y LOCATED PRIOR TO CON5TFWTIOR O _ 4. NO ALTERATION P504TTM HEREON EXCEPT AS FRO` vw ,. IJpM SECTION 1204 WWMSiON 2 OF THE N64 YORK - STATE OPWATION LAN - - 900262J0 NM RE!'D�4G6 ISI TOPOGRAP"C.AL MAP, PORTON OF PROPERTY OF, • PIRA AIRF"tr, TOM OF W01.40LD. F"5HMS NEMC, W4 YORK �,. SCALE, AS NOrW, BY, CIWpLBi PALMER 4 KING. NORYUCH .. C NNWTSOJT, DECO—BER D. MD'1 i s ✓ \ - i�-�.. • ✓ R . - CAREit LOE t"Tois CONTOUR .. O •SY4 452 Ruv40kY Ua f O 185 W/W 4.M - ! . ZIY.M MARK DATA mpleC-R DE5GRIPT7CN NORTH EAST d-YATION TOP OF FK NAL rnE 315 . Yri13M 2 L� FOPO N CENTER SWA5531 7'.}M X000 4J6 LLS LJ! OF RN4AY 23 O•.3H 4.19 5 AT ARD PONT Q e•M' 555 . ML0000 - 7W OF PIC NAL POM N CVMX WN* 020 2340JMi1 00I LK Or RMAYT S -RE 201 .. - ® TDP OF NC HAL POND N CENTER 900262J0 23047423E ISI LK OF RNHAY 12 • 1J4 O'Mt: 314 WOW FK IKL•E . .:.. 6•,3N 5/4 ® N OENTZK LINE TM790TE 23423!402 331 OP "**"Y 90 O •SY4 452 AT ARD POM T2 O 185 W/W 4.M 98073490 2341347A2 I70 ATM1�:tW0FHXKWW ATMIVNf W4 T lf.4m RLYATWM TAMA DRAW NV8[T �. B,EVATION 132VAT10N 1 e,s rnE 315 . Yri13M 2 SAO VAE 4-3 - O•.3H 4.19 5 1J5 e•M' 555 . ML0000 � � .. �i41•o600 O'AN 355 //�� Q4 TW S -RE 201 a41 e4c CAPON 3 TS6 O -R! 24 BA&N • 1J4 O'Mt: 314 . 6•,3N 5/4 7 SAO e'nE 492 O •SY4 452 O 185 W/W 4.M 6•,3W 503 111K#•f: SGtf N FEET 4 REMSIONS DALE DESCRIPTION DATE: ,!LILY 16, 1991 SCAIf. r - SD' SHEET 2 OF 3 TOP06RAPHIGAL MAP PORTION OF PROPERTY OF IZABETH FIELD AIRPORT TONIN OF SOUTHOLD PISHERS ISLAND, NEN YORK r i i C~ANoLAN• rALMiR r KIHo ��� � _ NMr:0040. (ra1nOM. Ono e..rv.ye.. - .:I.. ;I . ML0000 � � .. �i41•o600 1 MEl7 rrtly Ml M tii�rtlw M,r �.•-. Y �1Re,lIrN e~ w4 b M bed of wi b%w.rR 1"0—UM M wI r M-w•IY. •r•r Y H w.Y7 0— auT N: 7991 A r a41 e4c 111K#•f: SGtf N FEET 4 REMSIONS DALE DESCRIPTION DATE: ,!LILY 16, 1991 SCAIf. r - SD' SHEET 2 OF 3 TOP06RAPHIGAL MAP PORTION OF PROPERTY OF IZABETH FIELD AIRPORT TONIN OF SOUTHOLD PISHERS ISLAND, NEN YORK r i i C~ANoLAN• rALMiR r KIHo ��� � _ NMr:0040. (ra1nOM. Ono e..rv.ye.. s Z � it • y ! a. J u • y 1� +♦ (�' _ 1 , JY' Jas i. V3801=r lo[0000 x. loom Ki000D � + U♦ y t ar. !•Y � j r� Y u �L' I � V Lft :. ,-" t; lu 'y .0 y _ - u .y _s ��+� ''� ,y y !•y ly ly �� O f. y a� r 43 ' :.. :•" -' , :_"az": ,. _._ •..R _. ..:-r.as...,.a. .. __.,,,.. ._t �..q,i;., 34. .. �. r ATIQI DATLN. ....._ -.- r .a-.< nCV -..y S.. :,..,« r.'A_ NSVD Mgt 3.�-:xv �, ", ° k..�. 3�'� amara • `. o - [• •[t I, �- e^. -t :t, "`- `Yx _ ?� V �"' '4� Y "•tom, y 2 NOIOZORTAI DATIM "a. "%'-` .t r:3 -- ya 'i- '_b �✓ �6 '. *. •.a' y _ 161YORK STATE PLATE GOCRDlIATL '".r'" i1'siEMl LONG16 y` ja r r s u - - •. : - r -.,y. r.. - ., � " TMOFMS OOilRTY, JL .. .... - r + r131rH25 lSLAIC ELEL - - PISIERS NiA?V YVdER F1010K5 . 4 176iBtS 131M01El.QtiC1E TE ALL TOS ,.. -. „_ •.'-_, .. ,,. ._ _... - _ - - # IITR.IT1' LOCATiO11S ARE AlPR07O1M. 3 -` ;...,...:.:'. :.-_..,._ ..... ..-...,. ,:._ .� R ::�,_ g .. ,..,_. ,.. s. -. - � ram- b�;+>x. �_. �. •-� a • _. < .. PRIOIr TO OONSTfE.IGTiOM _ •. •. u'..: s - ..; , ' .... • .. , '..: •' ,..i'S ALU/JATEt.Y LEGATED ;... L.. :.. .: .. �._ :: . ... � 6 -._C _......�:...._.. ,. .. - '<-: .._.... ...,.- _ .. •.� - 'i- raj=n �,. �.{ ,,,r�:. z, ... ?,.,.. TION PSO�ITTED M�Q'ON OP THE AS _.. :: . _... .4. 110 ALTO[A T20�9,®1VLSIQi201'7►E NEN YORK _ _ .. _ ., YOHl SrST7GN :.,,.y ,. STATE EOVGATION LAN - .. :. ... ." .. .. ,._.. _. ,. _' .: ..:_.. �. - - MD a. a y tl _ MIl P oRT1oN Cr PTraPecrT oP, ELJZAeeTN rVI AIRPORT, TONT OP SCUTFMA PISIER5 991 16'1 YORK. srxE: AS NOT®. BY. C WCLM rALF�t • K265. NORNKIr O016EGTiGUT. DEG6'B@: R. M8q - d i 3 ` C TM LM 1CA64AY _ KTH000 PtIM00 _ r t RUMMY LOWIr lr^oo, ^12APu1GAL MAP '4 NIIGM MARK DATA N mom DE5cAl"ON 11ORTM EAST ELEVATION a 6J5 NO pro vew TCP Or PK NAL 4 5.46 •'AM O.13 fJ1TCN 1'x 0�3 25 IM YAM O.'76 TgaO N C01TO! SW"357 2541.RW 6 qJ6 Lm a MWAY 25 n 691 IIO V J10.! AT 61JD PONT EJ VP OP PK IML POMO N CVMM 5"Al61D 2$5—) -AT 6D5 Lm Cr RMAY 1 ® TCP OP PK NAL POLIO N 05m 360a62J6 2r^1142M 5?T ue Q RJMAY 12 LOP a m RK STT ® 3'1(,M.TI 2942yMD2 11YI a- RL6MMY 30 AT ORD PONT TI - ® wamxmv ar 36053�l3 2741>s7A2 1D0 a aRo Ie[Ir L.a+ NHO[r GJYAT1Ol0 TA 1.2 •RML WeRT �. ELEVATION MZVATI N 1M � Vt982 a 6J5 NO pro vew 4 5.46 •'AM O.13 fJ1TCN 1'x 0�3 25 IM YAM O.'76 lA6N 6'iSl: O.T6 26 oil Y/!C 116 n 691 IIO V J10.! PORTION OF PROPERTY OP Q25 0 NIK SCALE N iQT J. ELIZABIETH FIELD AIRIn0l TOM Cr SOUTHOLD FISHERS ISLAND, NEA YORK REMSIOIIS�� • p1ANOLLR. rALNLR V KJM OLI ■ WE I DESCRIPTION 6 m .•� 9'1& A hM—ta C.9-- end lua..e - - 1 MaYJ aar[tT MM Gia hMwalM alrl Maen ► edelanlYT • ee.at M Y M Mal 7 r•a•r�M /.Itrn.a6r e� \d1a/ dl - J161�art aM aeawdJ dr.a - - DATE: A&Y 10. 1991 ALT N, 191 - SCALE: 1' - 60' SAW Ju SNEET 3 OF 3