Loading...
HomeMy WebLinkAboutR-2018-084 Airport West General Aviation Apron Rehabilitation Agreement with Granite Construction 3-53-0089-042A RESOLUTION RESOLUTION NO. R-2018-084 authorizing the execution of an agreement with Granite Construction to rehabilitate the West General Aviation apron at the Yakima Air Terminal - McAllister Field WHEREAS, the City owns and operates Yakima Air Terminal -McAllister Field in accordance with applicable Federal, State and Local regulations, and WHEREAS, in 2018, the Federal Aviation Administration (FAA) and the Yakima Air Terminal -McAllister Field identified the need to rehabilitate approximately 25,000 square yards of asphalt pavement, associated drainage, aircraft tie -downs, pavement markings and apron lighting in order to increase safety measures for commercial, corporate, and General Aviation aircraft that operate at the Yakima Air Terminal -McAllister Field, and WHEREAS, the Yakima Air Terminal -McAllister Field advertised the need to rehabilitate the West General Aviation apron under a competitive bidding process and received three bids that were thoroughly evaluated, the airport has identified a lowest responsive and responsible bidder and has provided a letter of recommendation to the FAA to award the bid, and WHEREAS, on May 1, 2018 City Council approved the City Manager to apply for federal assistance through the Federal Aviation Administration's Airport Improvement Program and it is anticipated such funds will be available in August 2018, and WHEREAS, upon receiving FAA funds and approval to award the bid to the lowest responsive and responsible bidder, the City of Yakima is now ready to enter into the contract with Granite Construction that is attached hereto and incorporated herein by this reference to rehabilitate the West General Aviation apron, and WHEREAS, the City Council has determined that approval of said agreement will promote the purposes of the Yakima Air Terminal -McAllister Field, will promote increased aviation safety as well as provide for the general health, safety and welfare of the citizens and is therefore in the best interests of residents of the City of Yakima, Now, Therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute and administer the attached and incorporated agreement with Granite Construction in an amount of one million, five hundred seventy-three thousand, six hundred eighty-three dollars and fifty-two cents ($1,573,683.52) to rehabilitate the West General Aviation apron for the Yakima Air Terminal -McAllister Field ADOPTED BY THE CITY COUNCIL this 6th day of August, 2018 _ — PE I fi CITY OF YAKIMA YAKIMA AIR TERMINAL—MCALLISTER FIELD West GA Apron Rehabilitation Project AIP#3-53-0089-42 PFC#15-15-C-00-YKIM O. NOTICE OF AWARD 1111 To: Granite Construction Company Dated: 0?1 1 80 Pond Road Yakima,WA 98901 PROJECT DESCRIPTION:West GA Apron Rehabilitation Project The OWNER has considered the Bid submitted by you for the above-described Work in response to its 1:.— + Invitation for Bid dated July 13.2018,and Information for Bidders i You are hereby notified that your Base Bid has been accepted for items in the amount of One Million.Five Hundred Seventy-Three Thousand.Six Hundred Eighty-Three Dollars and Fifty-Two Cent4 it ($1.573.683,52) ill You are required by the Information for Bidders to fully execute the Agreement and furnish the required CONTRACTOR'S Performance Bond, Payment Bond and Certificates of Insurance within fifteen (15) calendar days from the date of this Notice to you,which is by • 7 If you fail to execute said Agreement and to furnish said Bonds within fifteen(15)calendar days from the date of this Notice,said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond• The OWNER will be entitled to such other �,,, rights as may be granted by law. 111' You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this l] day of Ail 2018 OWNER / CITY CONTRACT Na 2G°/,"/.37 4" ~♦ 14z-iiti RESOLUTIONNO:i -2,9/1-e" v _�• By. Signature �i� 1 a _ Title: 0.„,144 ma"- 1111 ACCEPTANCE OF NOTICE OF AWARD lt Receipt of the NOTICE OF AWARD is hereby acknowledged by Grants Constructton Company,this 30th day of August ,2018 t int CONTRACTOR ��IottiI T1irI',i By.- .. .`i�/•••QORPD, 1, Jigisha Desai ?� �� ;:..0 ' i = R`'s r Tit •Senior Vice President — `� 1 n= 0 t, rem i0 : •!/�. .•t •. nRN1P•••Ab 70-17-050/Yakima Air Terminal-McAllister Field J-U-a Master Revision Date 04-26-17 Page 1-34 '' *•,•,••••)' •%% '77111111111W% No BID SUMMARY YAKIMA AIR TERMINAL-MCALLISTER FIELD ENGINEER'S ESTIMATE GRANITE CONSTRUCTION COLUMBIA ASPHALT SELLAND WEST GA APRON REHABILITATION CONSTRUCTION FAA AIP 3.53-0089-42-2018 , ITEM BASE BID SCHEDULE 1 5%Bid Bond 5%Bid Bond 5%Bid Bond NO. ITEM DESCRIPTION OTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Mobilization 1 LS S 150,00000 S 150,000.00 5 185.47500 S 185,475.00 S 165,00000 S 165,000.00 5 110,00000 $ 110,000.00 2 Construction Surveying 1 LS 5 40,000.00 $ 40,000.00 S 30.00000 S 30,000.00 $ 58.00000 S 58,000.00 S 50.00000 S 50.000.00 3 Tlo Down Anchors(Set of 3) 23 EA 5 2.000.00 S 16,000.00 5 3.70000 S 85,100.00 5 2,00000 S 48,000.00 S 2.00000 $ 48.000.00 4 Construction Safety 1 LS S 25.000.00 S 25.000.00 S 25.00000 S 25,000.00 S 38,00000 S 38,000.00 5 50.00000 S 50,000.00 5 Contractor Provided SPCD I LS $ 4,00000 5 4,000.00 5 400.00 S 400.00 S 1.50000 S 1,500.00 3 20,00000 5 20,000.00 6 Trench Safety 1 LS S 5.000.00 S 5,000,00 5 1,02500 S 1,025.00 $ 30000 S 300.00 S 10.00000 S 10,000.00 7 Airport Gate Access Security 1 I S S 35,000.00 S 35,000.00 5 13.550 00 S 13,550.00 5 31,000 00 S 31,000.00 S 20.00000 $ 20,000.00 8 Gootoxtile Separation Fabric 470 SY S :f 00 S 1,410.00 S 3 50 S 1,645.00 S 3 00 $ 1,410.00 S 2 50 S 1,175.00 9 Asphalt Pavement Removal(112-inch Depth Milling)&Stockpile 13.360 SY S 1 75 $ 23,380.00 S 1 75 5 23,380.00 S 2,00 S 26,720.00 S 2 00 S 26,720.00 10 Asphalt Pavement Removal(Full Depth Millin))&Stockpile 6.420 SY $ 7 00 $ 12,840.00 S 3 00 S 19,260.00 $ 4 00 S 25,650.00 $ 5 OD $ 32,100.00 11 Asphalt Pavement Removal(Transition Milling)&Stockpile 5.770 SY S 4 00 $ 23,080.00 5 7 00 $ 11,540.00 S 3 50 S 20,195.00 5 3.00 5 17,310.00 12 Selective Paint Removal 250 SF 5 1 50 S 375.00 5 14 50 S 3,625.00 S 4 60 S 1,150.00 5 7 00 S 1,750.00 13 Removal of Structures and Obstructions 1 LS $ 50.000 00 S 50,000.00 5 45.000 00 S 45,000.00 5 39,000 00 $ 39,000.00 $ 50.000.00 $ 80,000.00 14 Dig and Verify 6 EA S 750.00 S 4,500.00 5 300 00 S 1,800.00 S 385 00 S 2,310.00 5 200 00 $ 1,200.00 15 Place Asphalt Millings 2,300 5Y $ 20.00 S 48,000.00 5 4.00 S 9,200.00 $ 5 15 $ 11,845.00 5 7 00 $ 16,100.0G 16 Asphalt Overlay Fabric 25,550 SY 5 5.00 S 127,750.00 S 1000 S 255,500.00 S 715 S 182,882.50 $ 9.00 $ 229,950.00 17 Crack Sealing,1.5-inch plus using mastic material 7.000 LF 5 500 S 35,000.00 S 410 S 28,700.00 5 1000 S 70,000.00 S 1200 S 84,000.00 18 „Apron Lighting Retrofit 2 EA 5 5,000.00 $ 10,000.00 S 2.80000 5 5,600.00 5 3.60000 S 7,200.00 S 3.60000 $ 7,200.00 19 Unclassified Excavation 460 CY S 1500 S 6,900.00 5 3000 S 13,800.00 5 4500 S 20,700.00 $ 3500 $ 18,100.00 20 Unsuitable Overdepth Excavation 20 CY 5 7000 S 400.00 S 21,00 5 420.00 5 100.00 6 2,000,00 $ 100.00 S 2,000.00 21 Subbase Course 180 CY 5 46.25 $ 8,325.00 S 75.00 $ 13,500.00 S 8500 S 15,300.00 5 7000 $ 12,600.00 22 Crushed Aggregate Base Course 70 CY S 5550 S 3,885.00 S 12500 $ 8,750.00 S 10500 S 7,350.00 S 7000 $ 4,900.00 23 Bituminous Surface Course 5,020 TON S 110.00 S 552,200.00 5 11000 S 552,200.00 $ 120.00 S 802,400.00 $ 13500 S 677,700.00 24 Portland Cement Concrete Pavement(Plain,6'Depth) 430 SY S 135 00 S 58,050.50 S 124.00 S 53,320.00 S 200 00 $ 86,000.00 S 135.00 S 58,050.00 25 Runway and Taxiway Markings with Glass Beads 4.630 SF S 2 50 S 11,575.00 5 1 30 S 6,010.00 5 2 40 S 11,112.00 S. 3 00 S 13,890.00 26 Seeding 0290 AC 5 7.00000 S 2,030.00 S 5.50000 $ 1,595.00 5 6,80000 S 1,972.00 5 7.50000 S 2,175.00 27 Sodding 223 SY S 10.00 $ 2,230.00 $ 45.00 S 10,035.00 S 5000 S 11,150.00 5 5000 $ 11,150.00 18 Topsoiling(Furnished from Off the Site) 25 CY S 30.00 S 750.00 $ 215 00 S 5,375.00 S 18000 S 4,500.00 5 70 00 S 1,750.00 29 6-Inch Ductile Iron Pipe 190 LF S 40 00 S 7,800.00 S 115 00 S 21,850.00 S 110.00 $ 20,900.00 5 80 00 S 15,200.00 30 4-inch Ductile Iron Pipe 36 LF 5 35 00 S 1,260.00 5 135 00 S 4,880.00 S 150 00 S 5,400.00 5 90 00 S 3,240.00 31 Manholes I EA $ 4.00000 $ 4,000.00 S 5.000.00 $ 5,000.00 5 5,55000 $ 5,550.00 S 4.00000 S 4,000.00 32 Catch Basins 2 EA S 2,00000 S 4,000.00 S 1,50000 S 3,000.00 S 4.90000 $ 9,800.00 S 2.40000 S 4,800.00 33 Inspection Holes 3 EA S 800.00 S 2,400.00 $ 24 00 $ 72.00 5 2,000.00 S 5,000.00 5 2.400 00 $ 7,200.00 34 Adjust Structure Rim Elevation 4 EA S 1.000 00 $ 4,000.00 5 1.625 00 $ 6,500.00 S 1.500.00 S 6,000.00 5 3 000 00 $ 12,000.00 35 Adjust Structure Rim Elevation and Replace Lid I EA 5 2.000 00 5 2,000.00 5 2.325 DO S 2,325.00 S 4.000.00 S 4,000.00 S 4.500 00 S 4,500.00 Schedule 1 Subtotal $ 1,310,940.00 S 1,454,421.00 S 1,548,126.50 S 1,624,760.00 WA State Sales Tao at 8.2% _ S 107,497.08 S 119,262.52 $ 126,946.37 S 133,230.32 Schedule 1 Total $ 1,418,437.08 S 1,573,683.52 S 1,675,072.87 S 1,757,990.32 CITY ENGINEERS REPORT COMPETITIVE BIDS WERE OPENED 72018 1 LjII_ l,,,s-. CITY OF YAKIMA THIS O ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. •, I RECOMMEND THE CONTRACT BE AWARDED TO '�1 --4,' 14: •'Z ,_ YAKIMA AIR TERMINAL WEST GA APRON REHABILITATION '1..), `' AIP 3-53-0089-42.2018 GRANITE CONSTRUCTION ! � • (( /� // 4-",1'^ AWARD MADE r ITY MANAG•' �/ /��' 7/2hIIR L I(�G • i� ..,.4 l DATE: DATE ENGINEER DA CITY NANA,, w SHEET 1 OF 1 Yakima Air Terminal McAllister Field Yakima, Washington West GA Apron Rehabilitation Project Project No: 3-53-0089-42-2018 PFC 15-15-C-22-YKM June 2018 Prepared by J -U -B ENGINEERS, Inc 422 W Riverside, Suite 304 Spokane, WA 99201 (509) 458-3727 J4U•8 ENGINEERS, INC. Yakima Air Terminal McAllister Field Yakima, Washington West GA Apron Rehabilitation Project Project No: 3-53-0089-42-2018 PFC 15-15-C-22-YKM DA Is 0 (- W451 <<.‘ • cc of ,r) 46370 eGisr foNAL 4-/z/- /8 NOTICE AND DISCLAIMER THE PLANS AND/OR SPECIFICATIONS (DOCUMENTS) ARE THE PROPERTY OF J -U -B ENGINEERS, INC (J -UB) AND BY USING THE DOCUMENTS YOU AGREE TO BE BOUND BY THE TERMS AND CONDITIONS It THIS NOTICE AND DISCLAIMER THE USE OF THE DOCUMENTS CREATES NO DUTY IN CONTRACT, TORT, EQUITY OR OTHERWISE OF .1 -U -B TO THE 1)501 THE USER SHALL NOT (I) DISSEMINATE THE I3ocuMENTS, OR ANY PART THEREOF, T( OTHERS WITHOUT THE WRITTEN CONSENT OF J -U -B, OR (II) USE THE DOCUMENTS, OR ANY PART THEREOF, FOR ANY USE OTHER THAN AS DESIGNATED HEREIN FOR THE INTENDED PROJECT THE DOCUMENT! ARE NOT INTENDED FOR USE IN CREATING DTM FOR GRADING OR EARTHWORK, SURVEY STAKING LAYOUT (UNLESS SPECIFICALLY IDENTIFIED AS SUCH IN THE DOCUMENTS), OR PROPERTY BOUNDAR' LAYOUTS J -U -B AND ITS AGENTS SHALL NOT BE LIABLE FOR ANY DAMAGES OR CLAIMS ARISING OUT OF THE UNAUTHORIZED USE OR MISUSE OF THE DOCUMENTS OR ANY PART THEREOF, WHETHER SUCH DAMAGI OR CLAIM IS BASED IN CONTRACT, TORT OR OTHERWISE THE USER HEREBY RELEASES AND SHALL DEFEND, INDEMNIFY AND HOLD J -U -B AND ITS AGENTS HARMLESS FROM ANY DAMAGES OR CLAIMS ARISIN( OUT OF, OR RELATED IN ANY WAY To, THE USER'S UNAUTHORIZED USE OR MISUSE OF THE DOCUMENTS, OR ANY PART THEREOF IF THE DOCUMENTS ARE PROVIDED IN ELECTRONIC FORMAI, THE ELECTRONIC DATA SOURCES OF THE DOCUMENTS ARE PROVIDED WITH NO WARRANTY OF ANY KIND, WHETHER EXPRESS OR IMPLIED INCLUDING WITHOUT LIMITATION, ANY REPRESENTATION OR WARRANTIES OF ACCURACY, QUALITY, COMPLETENESS, COMPATIBILITY WITH SYSTEMS, DRAWINGS NOT PRINTING TO SCALE, TRANSLATIOP ERRORS, AND OTHER PROBLEMS WITH USE Prepared by J -U -B ENGINEERS, Inc. 422 W. Riverside, Suite 304 Spokane, WA 99201 (509) 458-3727 (JAM J.U.E1 ENGINEERS, INC. TABLE OF CONTENTS SECTION 1 - CONTRACT DOCUMENTS 1-1 SECTION 1A - BIDDERS FORMS 1-2 INVITATION FOR BID 1-4 BIDDER'S CHECKLIST 1-6 INFORMATION FOR BIDDERS 1-7 BID SCHEDULE OF ITEMS AND PRICES 1-16 NON -COLLUSION DECLARATION 1-18 CERTIFICATION OF BIDDER REGARDING DEBARMENT 1-19 CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT 1-19 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 1-19 49 CFR Part 20 Appendix A. 1-19 BID BOND 1-21 STATEMENT OF BIDDER'S PRE -QUALIFICATIONS 1-22 SUBCONTRACTOR LIST 1-25 BUY AMERICAN CERTIFICATION 1-26 CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS 1-28 TRADE RESTRICTION CERTIFICATION 1-29 CITY OF YAKIMA PROTEST PROCEDURES 1-30 SECTION 1B — SAMPLE CONTRACT FORMS 1-31 BIDDERS LIST CERTIFICATION OF COMPLIANCE WITH WASHINGTON STATE WAGE STATUTES NOTICE OF AWARD DISADVANTAGED BUSINESS ENTERPRISES LETTER OF INTENT FOR DBE PARTICIPATION CONTRACT FORM PERFORMANCE BOND PAYMENT BOND NOTICE TO PROCEED ACCEPTANCE OF NOTICE BIDDER'S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE NON -TRAFFICKING CERTIFICATION NO WORK PERFORMED REQUEST FOR INFORMATION SUBMITTAL TRANSMITTAL LIEN AND CLAIMS RELEASE WARRANTY OF CONSTRUCTION CERTIFICATE OF SUBSTANTIAL COMPLETION 1-32 1-33 1-34 1-35 1-37 1-38 1-41 1-43 1-45 1-45 1-49 1-52 1-53 1-54 1-55 1-56 1-57 1-58 SECTION 2 - FAA GENERAL PROVISIONS 2-1 FAA GENERAL PROVISIONS 2-2 SECTION 10 - DEFINITION OF TERMS 2-3 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 2-7 SECTION 30 - AWARD AND EXECUTION OF CONTRACT 2-10 SECTION 40 - SCOPE OF WORK 2-12 SECTION 50 - CONTROL OF WORK 2-15 SECTION 60 - CONTROL OF MATERIALS 2-23 SECTION 70 - LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 2-27 SECTION 80 - PROSECUTION AND PROGRESS 2-34 SECTION 90 - MEASUREMENT AND PAYMENT 2-40 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 2-47 SECTION 105 MOBILIZATION 2-53 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page TOC -1 SECTION 3 - FEDERAL CLAUSES 3-1 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION 3-1 BREACH OF CONTRACT TERMS - 49 CFR PART 18 36 3-1 TERMINATION OF CONTRACT - 49 CFR PART 18 36(1)(2) 3-2 GENERAL CIVIL RIGHTS PROVISIONS 3-2 CIVIL RIGHTS ACT OF 1964, TITLE VI - 49 CFR PART 21 3-3 DISADVANTAGED BUSINESS ENTERPRISES - 49 CFR PART 26 3-4 DAVIS BACON REQUIREMENTS - 29 CFR PART 5 3-7 COPELAND "ANTI -KICKBACK" ACT 3-11 TEXTING WHEN DRIVING 3-11 CONTRACT WORK HOURS & SAFETY STANDARDS ACT REQUIREMENTS 3-12 CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT) 3-12 CERTIFICATE OF LOWER TIER CONTRACTORS REGARDING DEBARMENT 3-13 CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS 3-13 ACCESS TO RECORDS AND REPORTS - 49 CFR PART 18 36(1) 3-14 EQUAL EMPLOYMENT OPPORTUNITY - 41 CFR PART 60-1 4 3-14 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 3-14 PROHIBITION OF SEGREGATED FACILITIES 3-18 VETERAN'S PREFERENCE - TITLE 49 U S C 47112(C) 3-18 BUY AMERICAN CERTIFICATION - TITLE 49 U S C 50101 3-19 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 3-22 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 3-22 ENERGY CONSERVATION - 49 CFR PART 18 36 3-22 CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS - 49 CFR PART 18 36(1)(12) 3-22 TRADE RESTRICTION CLAUSE - 49 CFR PART 30 13 3-22 PROCUREMENT OF RECOVERED MATERIALS 3-24 SEISMIC SAFETY- BUILDING ONLY 3-24 SECTION 4 - FEDERAL WAGES SECTION 5 - STATE WAGE RATES SECTION 6 - SPECIFICATIONS FOR CONSTRUCTION APPENDIX A - CSPP APPENDIX B - GEOTECHNICAL REPORT APPENDIX C - AC 150/5370-2G PLANS 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page TOC -2 SECTION 1 - CONTRACT DOCUMENTS SECTION 1A - BIDDERS FORMS CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM INVITATION FOR BID Sealed proposals will be received for the West GA Apron Rehabilitation Project, addressed to the City of Yakima, 129 N 2nd Street, Yakima, WA 98901 until 11.00 a.m local time on July 13, 2018, and then will be publicly opened and read Bids received after the time fixed for the opening will not be considered A pre-bid meeting will be held at the Yakima Air Terminal — McAllister Field, 2406 W Washington Ave , Yakima, WA 98903 at 11.00 a.m , local time June 28, 2018 for those interested contractors, subcontractors, and suppliers The project consists of, but is not limited to, the rehabilitation of approximately 22,000 square yards of asphalt pavement, surface milling, associated surface drainage, tie -downs, pavement markings, and apron lighting Plans and specifications, including bid forms and contract documents, may be examined at the following locations Digital copies of the Bidding Documents (including any Addenda) may be obtained from QuestCDN at www questcdn com upon payment of fifty dollars ($50 00) Log on to the website and enter Quest Project #5826033 Should you need assistance with this process, please contact QuestCDN at 952-233-1632 Partial sets of Bidding Documents will not be available from the Issuing Office Bids will only be accepted from registered planholders who have purchased a set of Plans and Contract Documents through QuestCDN. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than QuestCDN Each bid must be accompanied by a certified check, cash, cashier's check, or bid bond in an amount not less than 5% of the total bid CIVIL RIGHTS — TITLE VI The City of Yakima in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U S C §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award The proposed contract is also under and subject to the following federal clauses • Affirmative Action, • Government -wide Debarment and Suspension • Government -wide Requirements for Drug-free Workplace • Foreign Trade Restrictions • Buy American Preference • Disadvantage Business Enterprise Requirements as follows City of Yakima is an equal opportunity and affirmative action employer The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Yakima to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-4 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM All required Federal Clauses including the labor provisions, and wage rates are included in the specifications and bid documents Each bidder must supply all information required by the bid documents and specifications This project includes Federal funds and is subject to the wage provisions of the Washington State Public Works Laws, Federal Davis -Bacon, and related acts Payments to the Contractor will not made unless Intent to Pay Prevailing Wages have been filed and approved for the Prime Contractor and all subcontractors Each bidder shall furnish the Statement of Bidders Pre -Qualifications to the OWNER with satisfactory evidence of his competency to perform the work contemplated with the bid The City of Yakima reserves the right to reject any and all proposals, waive any informalities, or irregularities, postpone the award of the Contract for a period not to exceed ninety (90) days and accept the proposal that is in the best interest of the City of Yakima The award of the Bid is contingent upon the receipt of Federal funding Dated this 18th day of June, 2018 Robert K. Peterson, Airport Director Where Published Date(s) Published Yakima Herald -Republic June 18, 2018 Yakima Herald -Republic June 25, 2018 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-5 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BIDDER'S CHECKLIST Bids will only be accepted from those registered plan holders who have purchased a set of Plans and Contract Documents from J -U -B ENGINEERS, Inc The following items shall constitute the BID PROPOSAL and shall be completed and accompany the Bid: ❑ All ADDENDA shall be acknowledged on the Bid Proposal ❑ The BID PROPOSAL shall be filled out and signed ❑ The BID SCHEDULE OF ITEMS AND UNIT PRICES shall be complete including the extensions ❑ A BID BOND or CERTIFIED CHECK in the amount of five percent (5%) of the TOTAL BID including alternates shall be included ❑ STATEMENT OF BIDDERS PRE -QUALIFICATIONS form must be completed, provide both the form and Evidence of Financial Responsibility Statement with bid. ❑ BUY AMERICAN CERTIFICATE must be filled out and included Note Within 15 calendar days of the bid opening, the low bidder must submit to the Owner a formal waiver request and required documentation that support the type of waiver being requested ❑ TRADE RESTRICTION CERTIFICATION must be filled out and included ❑ CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS must be filled out and included ❑ THE SUBCONTRACTOR LIST must be filled out and included if there are any electrical, HVAC, and/or plumbing subcontractors ❑ Bids will only be accepted from those registered plan holders who have purchased a set of plans and Contract Documents from J -U -B Engineers, Inc ❑ CERTIFICATION OF COMPLIANCE WITH WASHINGTON STATE WAGE STATUTES Per RCW 39 04 350 the Apparent Low Bidder must verify and be able to sign the certification Certification will be requested from the Apparent Low Bidder prior to Award All Bids shall contain the items listed above in complete form Failure to complete and provide any of the above items may be grounds for rejection of the bid as non-responsive, at the discretion of the OWNER. 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-6 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM INFORMATION FOR BIDDERS 1. PREPARATION OF BID In addition to the requirements of Section 20 of the FAA General Conditions the following shall apply. A. Digital copies of the Bidding Documents (including any Addenda) may be obtained from QuestCDN at www.questcdn.corn Log on to the website and enter Quest Project #5826033. Should you need assistance with this process, please contact QuestCDN at 952-233-1632 Partial sets of Bidding Documents will not be available from the Issuing Office Bids will only be accepted from registered planholders who have purchased a set of Plans and Contract Documents through QuestCD. B All bids must be submitted on the prescribed forms Included in these specifications is a complete set of bid forms Erasures or other changes in the bids must be initialed and explained or noted over the signature of the bidder C Bids shall be submitted in sealed envelopes bearing, on the outside, the name of the bidder, his address and the name of the project for which the bid is submitted If forwarded by mail the sealed envelope containing the bid must be enclosed in another envelope addressed as specified D No bid will be accepted unless signed by the bidder or his authorized agent. E. The proposal form invites bids on definite plans and specifications Only the amounts and information asked for in the proposal form furnished will be considered as the bid Each bidder shall bid on the work exactly as specified and as provided in the proposal form F Quantities and Unit Prices The quantities shown in the Bid Proposal are approximate for comparing bids, and no claim shall be made against the OWNER for excess or deficiency therein Actual or relative payment at the above prices agreed upon will be in full for the completed work and will cover materials, supplies, labor, tools, machinery, and all other expenditures incidental to satisfactory compliance with the contract unless otherwise specifically provided In the event of discrepancy between the prices quoted in the proposal the unit price shall control. The prices are to include the furnishing of all materials, plant, equipment, tools, scaffolds, and all other facilities and the performance of all labor and services necessary or proper for the completion of the work, except such as may be otherwise expressly provided in the contract documents G All labor, equipment, and materials required for the manufacturing and installation of this project shall be incorporated into the bid items as provided in the bid proposal. Payment for general construction items that are not listed in the Bid Proposal, but are shown or required by the Contract Documents, are indicative of the fact that the items of work not listed are considered as incidental to the bid items listed in the Bid Proposal Unless the work to be performed is specifically called out in the Bid Proposal, measurement and payment for such work shall be included in other applicable items of the Bid Proposal 2. QUALIFICATIONS OF BIDDER Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents The OWNER reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily in accordance with Section 20-02 of the FAA General Provisions Only contractors registered in accordance with the Contractor's Registration Act, RCW 18.27, may bid on this project. The CONTRACTOR shall include his registration number in the bid proposal. CONTRACTOR shall provide the "Statement of Bidders Pre -Qualifications Form" at the time of Bid 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-7 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM 3. INTERPRETATIONS No oral interpretation will be made to any bidder as to the meaning of the Specifications, including Drawings Neither the OWNER nor the ENGINEER will be responsible for oral interpretations Every request for such an interpretation shall be made in writing to the ENGINEER, J -U -B ENGINEERS, Inc , 422 W Riverside, Suite 304, Spokane, WA 99201 Any inquiry received seven or more days prior to the date fixed for opening of bids will be given consideration Every interpretation made to a bidder will be in the form of an addendum to the specifications that, if issued, will be on file in the office of the OWNER and the office of the ENGINEER. In addition, addenda will be mailed to each bidder, but it shall be the bidders responsibility to make inquiry as to addenda issued All such addenda shall become part of the Contract and all bidders shall be bound by such addenda, whether or not received by the bidders 4. BID MODIFICATION Any bidder may modify his bid by written communication at any time prior to the scheduled closing time for receipt of bids, providing such communication is received by the OWNER prior to the closing time, and provided further, the OWNER is satisfied that a written confirmation of the fax modification over the signature of the bidder was delivered prior to the closing time If written confirmation is not received within two days from the closing time, no consideration will be given to the bid modification Fax modifications shall be sent to Rob Peterson, Airport Director Fax number (509) 575-6185 5. BID SECURITY Each bid must be accompanied by cashier's check, certified check, or a bid bond prepared on the form of bid bond approved, duly executed by the bidder as principal and having as surety thereon a surety company approved by the OWNER, in the amount of 5% of the bid Such checks or bid bonds will be returned promptly after the OWNER and the accepted bidder have executed the contract, or if no award has been made within Ninety (90) calendar days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid 6. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT Should the successful bidder fail or refuse to execute and deliver the Contract, insurance certificates and bonds required within 15 calendar days after he has received notice of the acceptance of his bid, he shall forfeit to the OWNER as liquidated damages for such failure or refusal, the security deposited with his bid 7. EXAMINATIONS OF SITE, PRE-BID INSPECTION AND CONDITIONS OF WORK A. Bidders are encouraged to attend the pre-bid meeting, if one has been scheduled and/or visit the site of the work, compare the drawings and specifications with facilities in place and fully inform themselves of all conditions Requests for site information and site visits shall be submitted through the ENGINEER at least seven (7) days prior to the bid opening Failure to visit the site will in no way relieve the successful bidder from the necessity of furnishing any material or performing any work that may be required to complete work in accordance with drawings and specifications without additional cost to OWNER. B Bidders are cautioned against unauthorized entry upon operation portions of the Airport. All requests for pre-bid site inspections shall be submitted through the ENGINEER at least seven (7) days prior to the bid opening C Bidders must inform themselves of the conditions relating to the project and the employment of labor thereon Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-8 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM 8. LAWS AND REGULATIONS The bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the project shall apply to the Contract throughout and they will be deemed to be included in the Contract the same as though herein written out in full. Bidder is directed to Section 3 Federal Clauses 9. BUY AMERICAN PREFERENCE The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United States, unless the FAA has issued a waiver for the product, the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25 108, or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy American certification included herein with their bid or offer Bids or offers that are not accompanied by a completed Buy American certification must be rejected as nonresponsive Note Within 15 calendar days of the bid opening, the low bidder must submit to the Owner a formal waiver request and required documentation that support the type of waiver being requested 10. DISADVANTAGED BUSINESS ENTERPRISES (DBE) The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Yakima to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. The Owner is currently establishing a DBE race neutral goal in compliance with their 49 CFR Part 26 program The goal is not a contractual obligation, however, the Owner encourages efforts by the contractor to achieve this goal The CONTRACTOR is directed to Section 1B of the Contract Documents as well as Section 3 — Federal Clauses for additional information and DBE forms 11. AWARD OF CONTRACT, REJECTION OF BIDS A. The OWNER reserves the right to reject any or all bids and to waive any informalities, claims or irregularities in the bids or in the bidding No bidder may withdraw his bid after the hour set for the opening thereof or before the award of contract unless the award is delayed for a period exceeding ninety (90) days B The low bidder, for purposes of award, shall be the responsive bidder offering the low aggregate amount for the base bid item, plus additive alternate(s) selected by the Owner, and within funds available for the project. The additive bids must be clear in the order that they are calculated For example, if there are three bid alternates plus the base bid, the proposal must make it clear the order that the alternates will be considered, in order to meet funds available So, the first check is the base bid, then base bid PLUS alternate 1, then the base bid PLU alternate 1+2, the Base Bid PLUS alternate 1+2+3 You are not allowed to figure out all the different alternatives in order to eliminate a bidder C The OWNER also reserves the right to reject the bid of any bidder who has in the OWNERS opinion, previously failed to perform properly or complete on time, contracts of a similar nature, who is not in a position to perform the Contract; or who has habitually and without just cause neglected the payment of bills or otherwise disregarded his obligations to subcontractors, material vendors or employees In determining the lowest responsible bidder, the following elements in addition to those above-mentioned will be considered whether the business involved 1) maintains a permanent place of business, 2) has adequate equipment available to do the work properly and expeditiously; 3) has suitable financial resources to meet the obligations incidental to the work, and 4) has appropriate technical experience 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-9 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM D Each bid schedule shall be independent and stand on its own and include all applicable costs to perform the work within the schedule to include all overhead, profit, administrative, insurance, mobilization, and bonding costs E. An award may not be made unless sufficient funding is available The OWNER'S administrative costs may be used as a factor in the evaluation of bids and determination of award F Prior to issuing a Notice of Award, CONTRACTOR shall submit a Bidder's List, DBE Participation Forms, and Certification of Nonsegregated Facilities 12. PERFORMANCE AND PAYMENT BOND, EXECUTION OF CONTRACT A. Subsequent to the award and within fifteen (15) calendar days after the prescribed forms are presented for signature, the successful bidder shall execute a contract in such number of copies as the OWNER may require B Having satisfied all conditions of award as set forth elsewhere in these documents, the successful bidder shall, within the period specified above, furnish separate 100% performance and payment bonds conditioned that such person shall faithfully perform all the provisions of the Contract and pay all the laborers, mechanics and subcontractors and material vendors and all persons who shall supply such person or persons or subcontractors with supplies for the carrying on of such work. Such bonds shall bear the same date as, or a date subsequent to, the date of the Contract. C On each such bond, the rate of premium shall be stated together with the total amount of the premium charged The current power of attorney of the person who signs for any surety company shall be attached to such bond The failure of the successful bidder to execute such Contract and to supply the required bonds within fifteen (15) calendar days after the prescribed forms are presented for signature, or within such extended period as the OWNER may grant based upon reasons determined adequate by the OWNER, shall constitute a default, and the OWNER may either award the Contract to the next responsible bidder or re -advertise for bids, and may charge against the bidder the difference between the amount of the bid and the amount for which a contract for the work is subsequently executed up to the amount of the Bid Bond 13. REQUIREMENTS FOR BIDS FOR AIP CONTRACTS CONTRACTOR is directed to Section 3 - Federal Clauses for additional Federal requirements Contractor shall comply with all federal clauses and include applicable clauses and language in their subcontracts 14. INSURANCE COVERAGES AND LIMITS The insurance requirements as defined in subsection 30-06 of the FAA General Provisions shall provide the minimum coverages and limits set forth below Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits All deductibles and self- insured retentions must be disclosed and are subject to approval by the OWNER. The cost of any claim payments falling within the deductible shall be the responsibility of the CONTRACTOR. A. Worker's Compensation, injury, illness, disease, or death coverage, under 30-06 1 paragraph "a" and (1) State Statutory (2) a Employer's Liability, Each Accident- $1,000,000 b Employer's Liability, Disease — Each Employee $1,000,000 c Employer's Liability, Disease - Policy Limit $1,000 000 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-10 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM B Aggregate Unimpaired Commercial General Liability under Section 30-06 1 paragraph "c" through paragraph "e" (including Premises -Operations, Independent CONTRACTORS' Protection, Products and Completed Operations for a period of one year following final acceptance of the work, Broad Form Property Damage, Contractual Liability, Personal/Advertising Injury) (1) Each Occurrence $ 5,000,000 (2) General Aggregate $10,000,000 (3) Products & Completed Products Aggregate $ 5,000,000 (4) Personal & Advertising Injury, Each Offense $ 5,000,000 (5) Property damage liability insurance providing explosion, collapse, or underground property damage (XCU), and aviation exposure coverage $5,000,000 C Automobile Insurance under subsection 30 06 1 paragraph "e" to include all owned/non-owned and hired vehicles (1) Bodily Injury, Each Accident $5,000,000 (2) Property Damage, Each Accident $5,000,000 or (3) Combined Single Limit, Each Accident $5,000,000 D CONTRACTOR shall be responsible for all materials until the project has been formally accepted by the OWNER. E. All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s) • City of Yakima, elected officials, officers, agents, employees and volunteers • J -U -B ENGINEERS, Inc • Budinger & Associates, Inc • Elcon Associates, Inc The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor describes limits lower than those maintained by the Contractor All endorsements adding Additional Insureds to required policies shall be issued on a form deemed acceptable by the Owner, providing the Additional Insureds with all policies and coverages set forth in this Section, with the exception of the Automobile policies 15. PHASED CONSTRUCTION This project will be constructed in two phases Phase 1 will consist of all work, including demolition, pavement rehabilitation, and marking on the eastern portion of the apron adjacent to the terminal apron All work within and adjacent to the SIDA will occur during Phase 1 Phase 2 will consist of all work including, demolition, pavement rehabilitation, and markings on the western portion of the apron 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-11 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM 16. BID SCHEDULE The CONTRACTOR'S Bid Proposal shall include his/her bid to complete all work identified in the Contract Documents on the Bid Schedule of Items and Prices, including the Base Bid Schedules and all Additive Alternate Bids as follows • Base Bid Schedule 1 — The project consists of, but is not limited to, the rehabilitation of approximately 22,000 square yards of asphalt pavement, surface milling associated surface drainage, tie -downs, pavement markings, and apron lighting • Additive Alternate Bid Schedule A — Includes Portland cement concrete (PCC) paving adjacent to terminal apron The PCC will replace the HMA as shown within the plan sheets Low bidder will be determined by the total of Base Bid Schedules and/or any combination of Additive Alternate Bid Schedules selected, whichever provides the lowest total bid and serves the interest of the OWNER. 17. TIME OF COMPLETION The Contract for the Work shall be substantially complete within fifty (50) working days from the date as set forth in the Notice to Proceed Contract Time shall start three (3) working days from the date of issuance of the Notice to Proceed The time for completion shall include the time necessary to order and procure materials The CONTRACTOR may not begin actual field installation of work until CONTRACTOR can demonstrate that all materials are available and weather conditions will allow completion of all work. CONTRACTOR is specifically referred to Section P-401, Bituminous Surface Course Pavements whereby the mix designs must be approved prior to starting construction The intent is to reduce the impact to airport operations and field engineering time The CONTRACTOR shall present and update their project schedule prior to field installations, to ensure progressive completion 18. LIQUIDATED DAMAGES The CONTRACTOR agrees to pay, as liquidated damages, the sum of Two Thousand, Five Hundred Dollars ($2,500) for each consecutive working day beyond the substantial completion date that the Work remains uncompleted for the project. 19. AVAILABILITY OF EXISTING BASE AND SURFACING AGGREGATE FOR REUSE Not Applicable 20. CONTRACTOR QUALITY CONTROL PROGRAM The CONTRACTOR is directed to the FAA General Conditions and Technical Specifications which require a detailed and stringent quality control plan, program, and testing process This program is to be accomplished independently of the OWNER'S/ENGINEER'S Quality Assurance requirements 21. AIRPORT OPERATIONS The Yakima Airport is a continuous operations airport of arrivals and departures of both commercial and freight aircraft and unscheduled takeoffs and arrivals of general aviation aircraft. Runways 9/27 and 4/22 will remain open and active at all times Traffic NOTAMs are required to be in place for all taxiway closures as directed in the Safety Plan The CONTRACTOR shall notify the ENGINEER and OWNER a minimum of three (3) working days prior to any closure Entering or crossing an active runway and taxiway shall only be allowed with authorization from the OWNER designated escort. 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-12 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM 22. PROJECT ACCESS Access to the work area shall be from gates to be designated by the OWNER. The primary construction access gate is located off W Washington Ave The CONTRACTOR shall provide and post full time licensed security guard(s) during working hours at all access points requiring opening of airport security fencing and gates See the Technical Specifications The CONTRACTOR shall be solely responsible for, and bear all costs associated with the maintenance and dust control of access roads and all work areas during construction including any areas shut down (for winter or otherwise) 23. WAGE RATES This project includes Federal funds and is subject to the provisions of the Washington State Public Works Law and the Federal Davis -Bacon and related acts The CONTRACTOR and every subcontractor on the project must pay the higher of the federal prevailing wage rates or the Washington State prevailing wage rates for the project. The performance of any part of this contract shall be in accordance with the provisions of Chapter 39 12 RCW and to RCW 49 as amended and the Federal requirements outlined in Section 3, Federal Contract Clauses, included in this specification The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this contract will be performed are as determined by the Industrial Statistician of the Department of Labor and Industries. Federal Davis -Bacon and State of Washington Department of Labor Wage Rates are applicable for this project. In as much as the CONTRACTOR will be held responsible for paying the prevailing wages, it is imperative that all CONTRACTORS and all Subcontractors familiarize themselves with the classifications and current wage rates before submitting Bids based on these specifications. The Contractor and all Subcontractors are responsible for determining that the employees performing work on this job fall within one or more of the classifications listed on the attached Federal Wage Determination. If a classification is missing from the Wage Determination the Contractor MUST advise the engineer and initiate a request for approval of a proposed wage and benefit rate. The CONTRACTOR is responsible for any additional wages required as part of the wage rate conformance including subconsultants. Failure to notify the Engineer of missing classifications will not be cause for consideration for additional compensation. All Certified Payrolls must be received with 10 days of the payroll date for each week in which work was performed For those weeks where no work was performed a No Work Performed (NWP) notice must be received within 10 days of the week ending Payments will not be made unless all Certified Payrolls or NWP have been received from the Contractor and subcontractors and an Intent to Pay Prevailing Wage has been filed and approved Bidders shall include in the Bid any filing fees required to comply with the applicable labor laws In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the parties of interest including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39 12 060, as amended 24. SUBCONTRACTS PROVIDED TO ENGINEER As per Section 80 of the FAA General Provisions, the Contractor shall provide copies of all subcontracts to the Engineer All Federal Clauses identified in Section 3 must be included verbatim in subcontracts Including by reference only is not acceptable 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-13 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM 25. PERMITS AND FEES The CONTRACTOR shall be responsible for all associated costs for permits, connection fees, utility installation and relocation fees, water costs, and inspection fees assessed by the City of Yakima and other private and public utilities required in the construction of the project. 26. CONTRACTORS USE OF MACHINE/COMPUTER CONTROLLED GRADE SETTING EQUIPMENT CONTRACTOR shall refer to Section 2 - FAA General Provisions, Subsection 50-06 regarding the use of Engineer provided electronic media for machine/computer controlled grade setting equipment use Electronic Media will be provided for reuse 27. GEOTECHNICAL STUDIES A geotechnical study was prepared for this project. The boring logs are included in Appendix A. The CONTRACTOR shall be responsible to familiarize themselves with this study and the existing site conditions in preparation of their bid proposal. 28. SALES TAX Bidders shall include in their proposals, State and local sales tax of 8.2 percent on all work items related to the West GA Apron Rehabilitation Project. 29. WATER FOR CONSTRUCTION Water for construction will be coordinated with the City of Yakima and will be made available from a designated hydrant located adjacent to the project work area The CONTRACTOR shall provide backflow preventive apparatuses and a hydrant meter capable of measuring water by the gallon A meter reading will be made at the end of each work shift and reported to the Engineer The CONTRACTOR may make their own arrangements for alternative sources of water for construction 30. SUBCONTRACTORS LIST At the time of bid opening, the bidders are required to list the name and address of any electrical, HVAC, or plumbing subcontractors proposed to be employed Failure to list subcontractors who are proposed to perform the work of HVAC (heating, ventilation, and air conditioning), and plumbing as described in Chapter 18 106 RCW and electrical as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in the bid being non-responsive and therefore void If no subcontractor is listed the bidder acknowledges that it does not intend to use any HVAC, Plumbing, or electrical subcontractors to perform those items of work. 31. CONTRACTOR'S WASHINGTON STATE REGISTRATION NUMBER The CONTRACTOR is required to have a Washington State Registration number and provide it on the Bid Proposal Form 32. CERTIFICATION OF COMPLIANCE WITH WASHINGTON STATE WAGE STATUTES Per RCW 39 04 35, the Apparent Low bidder will be required to submit the certification prior to Award Bidders are advised to review the form prior to bidding and be capable of signing Certification if they are the low bidder The Certification is located in the Sample Forms of these Contract Documents 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-14 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-41 PFC # 15-15-C-00-YKM BID PROPOSAL Proposal of (hereinafter called "Bidder"), organized and existing under the laws of the State of , doing business as To City of Yakima (hereinafter called the "OWNER") In compliance with your Advertisement for Bids for the West GA Apron Rehabilitation Prosect having examined the Drawings and Specifications with related documents and the site of the proposed Work, and being familiar with all the conditions surrounding the construction of the proposed Project, including the availability of materials and labor, hereby propose to furnish all labor, materials and supplies and to complete the Work in accordance with the Contract Documents within the time set forth therein This price is to cover all expenses incurred in performing the Work required under the Contract Documents of which this is a part. By submission of this Bid, each Bidder certifies, and in case of a joint Bid each party thereto certifies as to his own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor The Bidder agrees that the Work will be substantially completed within the time identified in the Instruction for Bidders after the date when the Contract Time commences to run The Bidder accepts the provisions of the Agreement as to the liquidated damages in the event of failure to complete the Work on time * Insert "a corporation", "a partnership", or "an individual" as applicable 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-15 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BID PROPOSAL (CONTINUED) BID SCHEDULE OF ITEMS AND PRICES The bidder agrees to perform all work described in accordance with the Contract Documents, Specifications and as shown on the Plans for the following unit prices Unit prices for all items, all extensions, and the total amount of the Bid shall be shown PROJECT TITLE: West GA Apron Rehabilitation Project CONTRACTOR NAME: BASE BID SCHEDULE 1 Item No. Item No. Item Description Est. Qty. Unit Unit Price Total Price 1 SP -1 1 Mobilization 1 LS 2 SP -2 1 Construction Surveying 1 LS 3 SP -3 1 Tie Down Anchors (Set of 3) 23 EA 4 SP -4 1 Construction Safety 1 LS 5 SP -4.2 Contractor Provided SPCD 1 LS 6 SP -4 3 Trench Safety 1 LS 7 SP -5 1 Airport Gate Access Security 1 LS 8 SP -6-5 1 Geotextile Separation Fabric 470 SY 9 SP -7-4 1 Asphalt Pavement Removal (1/2- inch Depth Milling) & Stockpile 13,360 SY 10 SP -7-4.2 Asphalt Pavement (Full Depth Milling) & Stockpile 6,420 SY 11 SP -7-4 3 Asphalt Pavement Removal (Transition Milling) & Stockpile 5,770 SY 12 SP -7-4 4 Selective Paint Removal 250 SF 13 SP -7-4 5 Removal of Structures and Obstructions 1 LS 14 SP -7-4 6 Dig & Verify 6 EA 15 SP -7-4 7 Place Asphalt Millings 2,300 SY 16 SP -8-5 1 Asphalt Overlay Fabric 25,550 SY 17 SP -9-5 1 Crack Sealing, 1 5 -inch plus using mastic material 7,000 LF 18 SP -10-5 1 Apron Lighting Retrofit 2 EA 19 P-152-4 1 Unclassified Excavation 460 CY 20 P-152-4.2 Unsuitable Overdepth Excavation 20 CY 21 P-154-5 1 Subbase Course 180 CY 22 P-209-5 1 Crushed Aggregate Base Course 70 CY 23 P-401-8 1 1 Bituminous Surface Course 5,020 TON 24 P-501-8 1 Portland Cement Concrete Pavement (Plain, 6" Depth) 430 SY 25 P-620-5 1 1 Runway and Taxiway Markings with Glass Beads 4630 SF 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-16 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BID PROPOSAL (CONTINUED) Item No Item No. Item Description Est. Qty Unit Unit Price Total Price 26 T-901-5 1 Seeding 0.29 AC 27 T-904-5 1 Sodding 223 SY 28 T-905-5.2 Topsoiling (Furnished from off the site) 25 CY 29 D-701-5 la 6 -inch Ductile Iron Pipe 190 LF 30 D-701-5 1b 4 -inch Ductile Iron Pipe 36 LF 31 D-751-5 1 Manholes 1 EA 32 D-751-5.2 Catch Basins 2 EA 33 D-751-5 3 Inlets 1 EA 34 D-751-5 4 Inspection Holes 3 EA 35 D-751-5 5 Adjust Structure Rim Elevation 3 EA SUBTOTAL SALES TAX 8.2% TOTAL BASE BID SCHEDULE 1 ADDITIVE ALTERNATE BID SCHEDULE A Item No. FAA Item No. Item Description Est. Qty. Unit Unit Price Total Price 1 SP -6-5 1 Geotextile Separation Fabric 1,760 SY 2 SP -7-4 5 Removal of Structures and Obstructions 1 LS 3 SP -7 4 8 Concrete Pavement Removal (Full Depth) & Offsite Disposal 130 SY 4 P-152-4 1 Unclassified Excavation 1120 CY 5 P-152-4.2 Unsuitable Overdepth Excavation 50 CY 6 P-154-5 1 Subbase Course 610 CY 7 P-209-5 1 Crushed Aggregate Base Course 220 CY 8 P-401-8 1 1 Bituminous Surface Course -260 TON 9 P-501-8 1 Portland Cement Concrete Pavement (plain, 6" Depth) 1,400 SY 10 P-501-8.2 Portland Cement Concrete Pavement (plain, 12" Depth) 120 SY SUBTOTAL SALES TAX 8.2% TOTAL ALTERNATE BID SCHEDULE A 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-17 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BID PROPOSAL (CONTINUED) BASE BID SCHEUDLE 1 ALTERNATIVE BID SCHEDULE A TOTAL BASE BID SCHEDULE AND ALTERNATE BID SCHEDULE A The undersigned acknowledges receipt of the following addenda. Addendum No Date Addendum No Date Addendum No Date NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1 That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted 2 That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-18 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BID PROPOSAL (CONTINUED) NOTICE TO ALL BIDDERS To report rigging activities call 1-800-424-9071 The U S Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8.00 a m to 5.00 p m , Eastern Time Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected CERTIFICATION OF BIDDER REGARDING DEBARMENT 2 CFR Part 180 & 2 CFR Part 1200 By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by. 1 Checking the System for Award Management at website http.//www sam gov 2 Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above 3 Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 49 CFR Part 20 Appendix A The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that. 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidder or offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-19 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BID PROPOSAL (CONTINUED) 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions 3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U S Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure (Seal if Bid is By Corporation) SUBMITTED ON (DATE) BIDDERS SIGNATURE TYPED NAME AND TITLE COMPANY NAME MAILING ADDRESS TELEPHONE CONTRACTOR'S REVENUE TAX NUMBER CONTRACTOR'S REGISTRATION NUMBER WA STATE DEPT OF LABOR & INDUSTRIES ID NO UBI NUMBER 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-20 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, , as Principal, and , as Surety, a corporation duly organized under the laws of the State of , having its principal place of business at in the State of and authorized to do business in the State of Washington are hereby held and firmly bound unto City of Yakima as OWNER in the penal sum of ($ ) the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns Signed this day of , 2018 The conditions of the above obligation is such that whereas the Principal has submitted to the OWNER a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the West GA Apron Rehabilitation Project AIP #3-53-0089-41 PFC # 15-15-C-00-YKM NOW, THEREFORE, (a) if said Bid shall be rejected, or (b) if said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a Bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation herein stated The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid, and said Surety does hereby waive notice of any such extension IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officer, the day and year first set forth above Principal By. Surety Countersigned By. Resident Agent The Attorney -in -Fact (Resident Agent), who executed this Bond in a copy of his power-of-attorney as evidence of his authority IMPORTANT - Surety companies executing bonds must appear on (Circular 570 as amended) and be authorized to transact business 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-21 behalf of the Surety Company, must attach the Treasury Department's most current list in the State where the Project is located CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM STATEMENT OF BIDDER'S PRE -QUALIFICATIONS (TO BE SUBMITTED WITH BID) All questions must be answered and the data given must be clear and comprehensive This statement must be notarized If necessary, questions may be answered on separate attached sheets The Bidder may submit any additional information he desires 1 Name of Bidder and office where project will be administered 2 Provide evidence of financial responsibility consisting of a confidential statement or report of CONTRACTOR'S financial resources and liabilities as of the last calendar year or last fiscal year Such statement or report shall be certified by a public accountant. Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above Evidence of financial responsibility may also be determined based on if the Bid Bond submitted is issued by a Surety, meeting the requirements of Section 30-05 of the FAA General Provisions The Owner reserves the right to request further information deemed necessary to determine financial responsibility prior to award Refusal to submit any further requested information within 2 business days of the request will result in rejection of the bid with no further consideration for award action Any other form of bid security shall not be considered for evidence of financial responsibility 3 List two or more construction projects similar in size and scope to this project that your company has completed within the past 3 years Provide the following a Project Name b Owner Name c Owner Contact. d Total Contract Amount. e Project Duration f Project Superintendent. a Project Name b Owner Name c Owner Contact. d Total Contract Amount. e Project Duration f Project Superintendent. 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-22 a b c d e f CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM Project Name Owner Name Owner Contact. Total Contract Amount. Project Duration Project Superintendent. Note: All contact information shall be verified by the CONTRACTOR to be current and correct. This Information shall include the OWNER's name, address, phone number, the OWNER's representative, who has working knowledge of the project, their name and phone number 4 List any projects involving your company that have involved litigation, threatened litigation, or negotiated settlements due to quality of work, contract time or other noncompliance with plans and specifications 5 Provide on a separate piece of paper the background and experience of the principal members of your organization, including as a minimum the following staff to be assigned to the Project: Project Manager, Superintendent, Paving Foreman, and Paving Screed Operator. 6 Equipment. Please list below the major pieces of equipment (owned and rented) you will commit specifically to this project. Please provide specific details Use additional sheets if necessary # of Units Description Rented or Owned Size/Capacity 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-23 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM STATEMENT OF BIDDER'S PRE -QUALIFICATIONS (Continued) The undersigned, as a duly authorized representative of the CONTRACTOR, certifies that the information provided in this Prequalification Form is accurate as reported The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Owner in verification of the recitals comprising this Statement. Dated at this day of (NAME OF BIDDER) By. Title State of ) ) ss County of ) being duly sworn deposes and says that he is of (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of (Notary Public) State of My Commission Expires 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-24 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM SUBCONTRACTOR LIST (TO BE SUBMITTED WITH BID) Bidders are required to list the name and address of HVAC (heating, ventilation, and air conditioning), and plumbing and electrical subcontractors proposed to be employed Failure to list subcontractors who are proposed to perform the work of HVAC (Heating, ventilation, and air conditioning), and plumbing as described in Chapter 18 106 RCW and electrical as described in Chapter 19.28 RCW will result in your bid being non- responsive and therefore void If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Subcontractor Subcontractor Subcontractor Subcontractor Subcontractor Subcontractor Subcontractor Subcontractor Subcontractor Portion of Work Address Portion of Work Address Portion of Work Address Portion of Work Address Portion of Work Address Portion of Work Address Portion of Work Address Portion of Work Address Portion of Work Address Portion of Work Address Bidders are notified that in the opinion of the enforcement agency PVC or metal conduit junction boxes, etc are considered electrical equipment and must be installed by a licensed electrical contractor, even if the installation is for future use and no wiring or electric current is connected during the project. A licensed electrical contractor must be listed to perform the work. 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-25 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BUY AMERICAN CERTIFICATION The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United States, unless the FAA has issued a waiver for the product, the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25 108, or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification (below) with all bids or offers on AIP funded projects Bids or offers that are not accompanied by a completed Buy American Certification shall be rejected as nonresponsive CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS (Non -building construction projects, runways, taxiways equipment acquisition projects) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements These statements are mutually exclusive Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X" ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by. a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25 108 By selecting this certification statement, the bidder or offeror agrees 1 To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2 To faithfully comply with providing US domestic product 3 To furnish US domestic product for any waiver request that the FAA rejects 4 To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b) By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees 1 To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested 2 That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal 3 To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4 To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-26 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more than 60% of the cost of all components and subcomponents of the "item" The required documentation for a type 3 waiver is a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25 108, products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture c) Percentage of non-domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25% The required documentation for a type 4 of waiver is a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code Date Signature Company Name Title 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-27 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS (TO BE SUBMITTED WITH BID) The bidder must complete the following two certification statements The bidder must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (u) in the space following the applicable response The bidder agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts Certifications The bidder represents that it is ( ) is not X a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability The bidder represents that it is ( ) is not X a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months Note If a bidder responds in the affirmative to either of the above representations, the bidder is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (sdo) that the sdo has considered suspension or debarment and determined that further action is not required to protect the government's interests The bidder therefore must provide information to the owner about its tax liability or conviction to the owner, who will then notify the FAA airports district office, which will then notify the agency's sdo to facilitate completion of the required considerations before award decisions are made Term definitions Felony conviction: felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any federal law and includes conviction of an offense defined in a section of the u.s code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 u.s c § 3559 Tax Delinquency: a tax delinquency is any unpaid federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-28 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM TRADE RESTRICTION CERTIFICATION (TO BE SUBMITTED WITH BID) By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror - a is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U S firms as published by the Office of the United States Trade Representative (U S T R.), b has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U S firms as published by the U S T R, and c has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U S firms published by the U S T R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001 The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30 17, no contract shall be awarded to an Offeror or subcontractor (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U S firms published by the U S T R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U S T R. list or (3) who incorporates in the public works project any product of a foreign country on such U S T R. list, Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U S firms as published by U S T R, unless the Offeror has knowledge that the certification is erroneous This certification is a material representation of fact upon which reliance was placed when making an award If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. By. Title Company 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-29 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM CITY OF YAKIMA PROTEST PROCEDURES Any protest must be made in writing, signed by the protestor, and state that the Bidder is submitting a formal protest. The protest shall be filed with the City of Yakima Purchasing Manager at 129 No 2nd St., Yakima, WA 98901, or by fax: 509-576-6394 or email to sue.ownbvc vakirnawagov The protest shall clearly state the specific factual and legal ground(s) for the protest, and a description of the relief or corrective action being requested Protests based on specifications/scope of work, or other terms in the BID shall be filed at least five (5) calendar days before the solicitations due date, and protests based on award or after the award shall be filed no less than five calendar (5) days after Award Announcement (see below for details) The following steps shall be taken in an attempt to resolve the protest with the Bidder Step I Purchasing Manager and Division Manager of solicitation try resolving matter with protester All available facts will be considered and the Purchasing Manager shall issue a written decision Step II If unresolved, within three (3) business days after receipt of written decision, the protest may be appealed to the Department Head by the Purchasing Manager Step III If still unresolved, within three (3) business days after receipt of appeal response, the protest may be appealed to the Executive (or his designee) The Executive shall make a final determination in writing to the Protester Award Announcement Purchasing shall announce the successful Bidder via Website, e-mail, fax, regular mail, or by any other appropriate means Once the Award is released by Purchasing, the protest time frame begins The timeframe is not based upon when the bidder received the information, but rather when the announcement is issued by Purchasing Award Regardless of Protest When a written protest against making an award is received, the award shall not be made until the matter is resolved, unless the City determines that one of the following applies The supplies or services to be contracted for are urgently required, Delivery or performance will be unduly delayed by failure to make award promptly; A prompt award will otherwise be advantageous to the City If the award is made, regardless of a protest, the award must be documented in the file, explaining the basis for the award Written notice of the decision to proceed shall be sent to the protester and others who may be concerned The City retains the right to enter into any contract and nothing herein shall be construed to limit that authority in any manner 70-17-050 / Yakima Air Terminal- McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-30 SECTION 1B - SAMPLE CONTRACT FORMS CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BIDDERS LIST (To be submitted prior to Notice of Award) All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below Firm Name Address Describe Type o Work Firm Performs Certified DBE Age of (Yes or Firm No) GRS* Note This form is not necessary if the recipient establishes a bidders list using another methodology (e g , statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc ) as defined in the recipient's DBE plan *GRS — Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million good faith effort 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-32 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM CERTIFICATION OF COMPLIANCE WITH WASHINGTON STATE WAGE STATUTES The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, that the bidder is not a "willful" violator, as defined in RCW 49 48 082, of any provision of chapters 49 46, 49 48, or 49 52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct Bidder Name Signature of Authorized Official* Printed Name Title Date Check One: Individual ❑ Partnership ❑ Joint Venture ❑ Corporation ❑ State of Incorporation, or if not a corporation, State where business entity was formed If a co -partnership, give firm name under which business is transacted * If a corporation, proposal must be executed in the corporate name by the president or vice - president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-33 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM NOTICE OF AWARD To Dated PROJECT DESCRIPTION: West GA Apron Rehabilitation Project The OWNER has considered the Bid submitted by you for the above-described Work in response to its Invitation for Bid dated , and Information for Bidders You are hereby notified that your Base Bid has been accepted for items in the amount of ($ ) You are required by the Information for Bidders to fully execute the Agreement and furnish the required CONTRACTOR'S Performance Bond, Payment Bond and Certificates of Insurance within fifteen (15) calendar days from the date of this Notice to you, which is by If you fail to execute said Agreement and to furnish said Bonds within fifteen (15) calendar days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNERS acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond The OWNER will be entitled to such other rights as may be granted by law You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of , 2018 OWNER By. Signature Title ACCEPTANCE OF NOTICE OF AWARD Receipt of the NOTICE OF AWARD is hereby acknowledged by , this day of ,2018 CONTRACTOR By' Signature Title 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-34 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance The CONTRACTOR or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONTRACTOR shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts Failure by the CONTRACTOR to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate Prompt Payment. The prime CONTRACTOR agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime contractor receives from the recipient. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the recipient. This clause applies to both DBE and non -DBE subcontractors Documentation The following documentation shall be submitted as directed below. • Bidders List (Form in Section 1B Sample Forms — Submit prior to Notice of Award • DBE Utilization Form - Submit prior to Notice of Award • Letter of Intent for DBE Participation — Submit prior to Notice of Award The owner has a DBE Race Neutral Goal in compliance with 49 CRF Part 26 Program The CONTRACTOR is directed to provide their Intent For DBE Participation 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-35 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space) The bidder/offeror is committed to a minimum of % DBE utilization on this contract. The bidder/offeror (if unable to meet the DBE goal of _%) is committed to a minimum of _% DBE utilization on this contract and should submit documentation demonstrating good faith efforts Name of bidder/offeror's firm State Registration No By 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-36 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM LETTER OF INTENT FOR DBE PARTICIPATION (TO BE SUBMITTED PRIOR TO NOTICE OF AWARD) Name of Bidder's Firm Address City. State Zip Phone Number Name of DBE Firm Address City. State Zip Phone Number State Certification Number Description of work to be performed by DBE firm Bidder intends to utilize the above-named Disadvantaged firm for the work described above The estimated amount of work is valued at $ If the above-named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. Name of DBE Firm Address City. State Zip Phone Number State Certification Number Description of work to be performed by DBE firm Bidder intends to utilize the above-named Disadvantaged firm for the work described above The estimated amount of work is valued at $ If the above-named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. NOTE: Use additional sheets if needed. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-37 CITY OF YAKIMA YAKIMA AIR TERMINAL – MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM THIS AGREEMENT, made the CONTRACT FORM �! '-day of S'%//m' , 20/ by and between, Granite Construction Company hereinafter called the "CONTRACTOR," and the City of Yakima hereinafter called the "OWNER". WITNESSETH That the CONTRACTOR and the OWNER, for the consideration hereinafter named, agree as follows: ARTICLE 1: SCOPE OF WORK: The CONTRACTOR shall fumish all labor, tools, materials, equipment and supplies required for the Yakima air terminal – McAllister Field, West GA Apron Rehabilitation Proiect in accordance with the Contract Documents, plans and specifications for AIP #3-53-0089-42 PFC #15-15-C-00- YKM The approximate quantities of work are shown in the Bid Proposal bound in this document. ARTICLE 2: TIME OF COMPLETION: The work to be performed under this Contract shall be commenced on the date specified in the Notice to Proceed, and shall be completed within fifty (50) working days. The CONTRACTOR agrees to pay, as liquidated damages, the following sums. Two Thousand, Five Hundred Dollars ($2,5001 for each consecutive Working day thereafter, the work remains uncompleted The time for completion shall include the time necessary to order and procure materials. The CONTRACTOR may not begin actual field installation of work until he can demonstrate that all materials are available and weather conditions will allow completion of any work such as pavement repairs. The intent is to reduce the impact to airport operations and field engineering time. The CONTRACTOR shall present a project schedule prior to field installations, to ensure progressive completion. ARTICLE 3: THE CONTRACT SUM: The OWNER shall pay the CONTRACTOR for the performance of the Contract, subject to additions and deductions provided therein, in current funds an amount equal to the estimated total bid, including tax, as provided in the Bid Schedule of Items and Prices, as follows: One Million, Five Hundred Seventy -Three Thousand, Six Hundred Eighty -Three Dollars and Fifty -Two Cents ($1,573,683.52) ARTICLE 4: PARTIAL PAYMENT: The OWNER will make payment on account to the CONTRACTOR as provided therein, as follows: Within 30 calendar days of the end of the previous month in which work was completed, One Hundred percent (100%) of the value, based on the contract price, of labor incorporated in the work as estimated by the ENGINEER, less the aggregate of previous payments, will be due the CONTRACTOR. [Partial payments to the Contractor will not be made until approved Intent to Pay Prevailing wages have been filed and approved. – Washington OnIy] Partial Payments will not be made if there are any outstanding Certified Payrolls or No Work Performed Notices (NWP). Payrolls and NWP are required to be submitted to the Engineer within 10 days of Payroll. Affidavits ARTICLE 5: ACCEPTANCE AND FINAL PAYMENT: Upon due notice from the CONTRACTOR of presumptive completion of the entire project, the ENGINEER and OWNER will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The ENGINEER 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-38 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM CONTRACT FORM (Continued) IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written CONTRACTOR Granite Construction C By: pany Jigisha I( ai, Senior Vice President ow ttrii .�� C4sTRUC SII .`Q .'aRPOR�T�O�/: :--3z • s AJ _ Q ; Jan, 4, 1922 t i"1111ttt0� OWNER II- c CLti mt J CITY CONTRACT NO: 20/n —/37 RESOLUTION NO: '• -DO/ -os 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-40 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM CONTRACT FORM (Continued) IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written CONTRACTOR OWNER 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-40 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that (Name of CONTRACTOR) (Address of CONTRACTOR) , hereinafter called (Individual, Partnership, or Corporation) Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto the hereinafter called the OWNER, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents THE CONDITION OF THIS OBLIGATION is such that whereas, the principal entered into a certain Agreement with the OWNER, dated the day of , 20_ a copy of which is bound herein attached and made a part hereof for the construction of. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertaking, covenants, terms, conditions, and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one (1) year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages that it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense that the OWNER may incur in making good any default, this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-41 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM PERFORMANCE BOND (Continued) PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied IN WITNESS WHEREOF, this instrument is executed in three (3) parts, each of which shall be deemed an original, this day of , 20_ Contractor ATTEST Principal (Principal) Secretary By. Signature Street or P 0 Box (SEAL) City, State and Zip Code Witness as to Principal Street or P 0 Box City, State and Zip Code ATTEST Surety (Surety) Secretary By. Signature Street or P 0 Box (SEAL) City, State and Zip Code Witness as to Surety Street or P 0 Box City, State and Zip Code NOTE. 1 Date of Payment Bond must not be prior to the date of the Agreement. (If the CONTRACTOR is a Partnership, all partners should execute the Bond ) 2 The Rate of premium of the Bond shall be stated together with the total amount of the premium charged 3 The current power of attorney of the person who signs for any surety company shall be attached to the bond Bond Premium $ 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-42 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS that (Name of CONTRACTOR) (Address of CONTRACTOR) , hereinafter called (Individual, Partnership, or Corporation) Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto the hereinafter called the OWNER, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents This bond is executed in pursuance of Chapter 39 08, Revised Code of Washington THE CONDITION OF THIS OBLIGATION is such that whereas, the principal entered into a certain Agreement with the OWNER, dated the _day of , 20_ a copy of which is bound herein and made a part hereof for the construction of. NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation to this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-43 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM PAYMENT BOND (Continued) IN WITNESS WHEREOF, this instrument is executed in three (3) parts, each of which shall be deemed an original, this the day of , 20_ Contractor ATTEST Principal (Principal) Secretary By. Signature Street or P 0 Box (SEAL) City, State and Zip Code Witness as to Principal Street or P 0 Box City, State and Zip Code ATTEST Surety (Surety) Secretary By. Signature Street or P 0 Box (SEAL) City, State and Zip Code Witness as to Surety Street or P 0 Box City, State and Zip Code NOTES 1 Date of Payment Bond must not be prior to the date of the Agreement. (If the CONTRACTOR is a Partnership, all partners should execute the Bond ) 2 The Rate of premium of the Bond shall be stated together with the total amount of the premium charged 3 The current power of attorney of the person who signs for any surety company shall be attached to the bond Bond Premium $ 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-44 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM NOTICE TO PROCEED To Date CONTRACTOR You are hereby notified that the Contract Time for construction of the above Project will commence to run on the day of , 20_ On that date, you are to start performing the Work and your other obligations under the Contract Documents The date of Substantial Completion shall be no later than Date OWNER By' Signature Name Title ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by this day of , 20_ CONTRACTOR By' Signature Name Title 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-45 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM SAFETY PLAN COMPLIANCE DOCUMENT CERTIFICATION To Date The CONTRACTOR hereby certifies that it has read and understands the operational safety requirements of the Construction Safety Phasing Plan (CSPP) and asserts that it will not deviate from the approved CSPP and Safety Plan Compliance Document (SPCD) unless written approval is granted by the OWNER. The CONTRACTOR further acknowledges that any construction practice proposed by the CONTRACTOR that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and coordination with the OWNER and the FAA in advance CONTRACTOR By' Signature Name Title APPROVAL OF SAFETY PLAN COMPLIANCE DOCUMENT Receipt of the Safety Plan Compliance Document is hereby acknowledged and the contents of said documents are approved by This day of _, 20 OWNER By. Signature Name Title 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-46 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions This certification is required by the regulations implementing Executive Order 12549, DeCi.....:T:ent and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26. 1988 Federal Register 19160-19-111 Copies of the regulations may be obtained by contacting the person to which this proposal is submitted. (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) (1) The prospective lower tier participant certifies. by ....‘;t):-;iission oftth proposai, fl h,,It neither it nor its principals are presently debarred. suspended, proposed for jarrnent, declared ineligible voluntarily E.Auded from participation in this transaction by any Federal d,-Ftrtment or E.r.I.F..Ficy. (2) Where the prospective lower tier particir. dnable to Gertd,,, to of the statements :nUiis certification, such prospective participant shall attach an e..q....laTiation to Business Name Date SBA Form 1624 (12192) 1 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-47 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM - 2 - INSTRUCTIONS FOR CERTIFICATION 1 Eiy signing and submitting this pro .posal the prospective lower tier participant is providing the certification set out below 2 The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If is later determined that the prospective lower tier participant knowingly rendered an erroneous certfication, in addition la other remedies available to the Federal Gave.trnmc..,ril the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. 3 The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances 4. The terms "covered transaction." "debarred," 'suspended," "ineligible, " "lower tier covered transaction." "participant" "person." "primary covered transaction." "principal." "proposal." and "voluntarily excluded." as used in this clause have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549 You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations (13CFR Earl 145). 5. The prospective lower tier participant agrees by submitting this proposal that. should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred. suspended. declared ineligible. or voluntarily excluded from participation in this covered transaction unless authorized by the department or agency with which this transaction originated. /3. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause tilled "Certification Regarding Debarment, Suspension. Ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions." without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7 A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not deas it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the ineligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 8 Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith Inc certification required by this clause The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9 Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, deoarred, ineligible, or voluntarily excluded from plificipation in this transaction in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-48 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BIDDER'S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE If the Bidder (Proposer) has participated in a previous contract subject to the nondiscrimination clause and has not submitted compliance reports as required by applicable instructions, the Bidder (Proposer) shall prepare and maintain on file the Standard Form 100 (attached) indicating current compliance 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-49 Joint Reporting Committee • Equal Employment opportunity com- mission • Office of Federal Contract Compli- ance Programs (Labor) CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER INFORMATION REPORT EEO -1 Standard Fan. tan Rev airrOSS 0.1.1 Lana 304ar0007 FORM APPROVAL. nnanr.rana+nnWrafttatr.,/..,..4". lata-Zra Section A—TYPE OF REPORT Refer to inst-uctions for number and o!reports to be filed. 1 Indicate by marking in the appropriate box the type of reporting unit for whichcopy of the form is subMi K ONLY ONE BOX). • :OA -establishment Employer (1) D Single -establishment Employer Report •0 (2)1 Consolidated RepoltEleg6ired) (3) 0,Haadqkrariers Unit Rebbrt (Required) (4) a:individual EStabii,shirient Report (submit one for each establishrnent*th'50 or more employees) (50:1 Special Report 2. Total number of reports being tiled by this Company (Ari.swtifr 9n Consolidated Report only) Section —CO PANY IOENTWlCATIcN4Trz be ansWO*1 by at p y 1 Parent Com n ••::.. . '',.. . ..- - OFFICE uSE ONLY a. NGme 01 parentparerit cnmpany br ityoItstabIiyr,errI ori omit if same as e ' ... .., Address Number and street) , City or town .. . le ZIP cooe 2. EstabIistrnenth,r.which this reports filed,-(Orrilt if se,. a. Name dfestabhshment' •' d. Address )Nurober and street) . , . .. . ..ity r ToCounty ZIP code e. . b. Employer identification No. ORS 9 -DIGIT TAX NUMBER) • •, c. Was an EEO -1 reportfilearor this establishment last year El Yes El Nc SeCtIon C—EMPLOYERS WHO ARE REQUIRED TO FILE (To be answered by all employers) Yes 0 No 1. Does the entire company have al least 100 employees n the payroll period for which you are reporting? 0 Yes 0 No 2. Is your company affiliated through common ownership and/or centralized management with other entities in an enterprise with a total employment of 100 or morel 0 Yes 0 No 3. Does the company or any of its establishments (a) have 50 or more employees AND (b) is not exempt as provided by 41 CFR 60-1.5, AND either (1) is a prime government contractor or first-lier subconlactor. and has a conlraCt, subcontract, or purchase order amounting to $50,000 or more, or (2) serves as a depository of Government funds in any amount or is a financial institution which is an issuing and paying agent for U.S. Savings Bonds and Savings Notes? If the response lo question C-3 is yes, please enter your Dun and Bradstreet identification number (if you have one): [ 1 1 1 NOTE: If the answer is yes to questions 1, 2, or 3, complete the entire form, otherwise skip lo Section G. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-50 IF lop - Pop 2 Section D -EMPLOYMENT DATA Employment at this asublishment - Report all permanent Mi. and parttime employees including apprentices and on -the -lob trainees unless specifically excluded as set forth in the instructions. Enter the appropriate figures on all lines d umns RI ,pacn will beconsidered 05 scono. Job Categories . . Number of EMployees (Report employees in only one category) Race/Ethnicity Hispanie br. -, Not -Hispanic or Latino Total A • ei Male Female Frrn ale :!lifirtr [Kock or Ake. American .'..., Ofolw• Hawa.ii.ar, or OLhor Pacific laland, AA. Aorr000rm 'Mir. or Aloil. NiltiNT T , room rarel WN. Bock or Jell(Ln Arrurioao Nano RWItii. or Other PtriN. I Canclre Arian Anuriron IxIkon or Alaska Nur. Two or more r000., C 7.'' • a E F 0 I i K 5. 54 N 0 becutive/Serdor Level Officials and Managers 1.1 FirstiMid-Level Officials and Managers 1.2 .,, •:. .: 4, :*.•''' - ... a Professionals 2 • Technicians 3 .,.., . . •• ... Sales Workers 4 Administrative Support Workers . . .. . ' Craft Wonker 6• . Operatives 7• ..-, Laborers and Helpers .',., ' . . '. . Service Workers 9 . • ... • .., TOTAL 10 , .:, PREVIOUS YEAR TOTAL 11 1. Date(s) of payroU period used: (Omit on the ConsolidatecbRePort.) Section E - ESTABLISHMENT INFORMATION (Ornit.en the Consolidated RectOrt.) 1. What is the major activity of this establishment? (Be specific, i.e., manufacturing steel castings. reieffgrocer, wholesalepfiinabing supplieS:iitle insurance, etc. Include the specific type of product or type of service provided, as well as the principal business or indUStrial Section F - REMARKS Use this item to give any identification data appearing on the last EEO -1 report which differs from that given above, ex -plain m-ajor change composition of reporting units and other pertinent information. Section G - CERTIFICATION Check 1 D All reports are accurate and were prepared in accordance with the instructions. (Check on Consolidated Repoirtonly.) one 2 IJ This report is accurate and was prepared in accordance with the instructions. Name of Certifying Official Title ignature Date Name of person to contact regarding this report Title Address (Number and Street) City and State Zip Code Telephone No. (including Area Code and Extension) Email Address All reports and information obtained from individual reports seill be kept confidential as required by Bram 709(e) antic VII. WILLFULLY FALSE STATEMENTS ON THIS REPORT ARE PUN ISICABLE BY LAW, 1J -S. CODE, TITLE 18, SECTION 1001 co co > cD• >H co >mo -0 7:1 ▪ Z 73 -n o 5 ; — 0 — = ▪ m - -n • r• Ti 0 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM NON -TRAFFICKING CERTIFICATION (TO BE SUBMITTED PRIOR TO NOTICE OF AWARD) Trafficking in persons: A. Provisions applicable to a recipient that is a private entity. 1 You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not — i Engage in severe forms of trafficking in persons during the period of time that the award is in effect; ii Procure a commercial sex act during the period of time that the award is in effect; or iii. Use forced labor in the performance of the award of subawards under the award Certification , being (title) of , hereby certify that the information as stated above is true and complete to the best of my knowledge and belief and the above mentioned statement will be provided in writing to all subcontractors hired for the above mentioned job Signature Date Name and Title Contractor 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-52 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM NO WORK PERFORMED I hereby certify by my signature below that no employee worked on the construction of the project indicated below for the period noted below. Project Name: West GA Apron Rehabilitation Project Payroll No.: For the period Contractor Name: Contact Phone Number to Authorized Signature Printed/Typed Name Title Date * Note: The person signing this form must be the individual authorized to sign payroll documents, and have been appointed as such by an authorized officer of a corporation, by a member of a partnership, or by the sole proprietor of the contractor or subcontractor 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-53 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM (J -U -B REQUEST FOR INFORMATION Email request to RFI # Contractor: Subcontractor Drawing(s) Affected: Specification Section Description of Request — Requestor's Name: Phone Date Cost Impact: Yes ❑ No ❑ If yes estimated Cost: Schedule Impact: Yes ❑ No ❑ If yes estimated Impact to Schedule Response: Name of Dispositioner Date 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-54 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM REVIEW COMMENTS RELATED SPEC PARA./ DWG # This review is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents Corrections or comments made on the shop drawings during this review do not relieve contractor from compliance with the requirements of the plans and specifications Approval of a specific item shall not include approval of an assembly of which the item is a component. Contractor is responsible for dimensions to be confirmed and correlated at the jobsite, information that pertains solely to the fabrication processes or to the means, methods, techniques, sequences and the procedures of construction, coordination of his or her work with that of all other trades, and for performing all work in a safe and satisfactory manner J -U -B ENGINEERS, Inc. Date By. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-55 SUBMITTAL TRANSMITTAL ( 1.1-B 1 4 DATE SUBMITTED: SUBMITTAL NO.: SPEC SECTION:SUBMITTED DESCRIPTION: PROJECT: PROJECT NO.: BY: PAGES: SUBMITTAL TYPE: 3. SUBMIT SPECIFIC ITEM ■SHOP DRAWING ■SAMPLE ■INFORMATION RELATED SPEC ITEMS SUBMITTED PARA./ DWG # REVIEW COMMENTS RELATED SPEC PARA./ DWG # This review is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents Corrections or comments made on the shop drawings during this review do not relieve contractor from compliance with the requirements of the plans and specifications Approval of a specific item shall not include approval of an assembly of which the item is a component. Contractor is responsible for dimensions to be confirmed and correlated at the jobsite, information that pertains solely to the fabrication processes or to the means, methods, techniques, sequences and the procedures of construction, coordination of his or her work with that of all other trades, and for performing all work in a safe and satisfactory manner J -U -B ENGINEERS, Inc. Date By. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-55 1 REVIEWED 4 FURNISH AS CORRECTED 2. REJECTED 5 REVISE AND RESUBMIT 3. SUBMIT SPECIFIC ITEM REVIEW COMMENTS RELATED SPEC PARA./ DWG # This review is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents Corrections or comments made on the shop drawings during this review do not relieve contractor from compliance with the requirements of the plans and specifications Approval of a specific item shall not include approval of an assembly of which the item is a component. Contractor is responsible for dimensions to be confirmed and correlated at the jobsite, information that pertains solely to the fabrication processes or to the means, methods, techniques, sequences and the procedures of construction, coordination of his or her work with that of all other trades, and for performing all work in a safe and satisfactory manner J -U -B ENGINEERS, Inc. Date By. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-55 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM LIEN AND CLAIMS RELEASE (Contractor, Address) hereby certifies that the work for the above project has been completed in accordance with the Contract Documents, and that all previous progress payments received from the Owner on account of work performed under the Contract referred to has been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with the work covered by prior requisitions for payment under said contract and that all materials and equipment covered by the final requisition for payment are free and clear of all liens, claims, security interests and encumbrances All persons, firms, and partnerships who have furnished labor and or material to date on said project have been paid Contractor Subscribed and sworn before me in the State (or Commonwealth) of , this day of 20 Notary Public My Commission Expires 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-56 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM WARRANTY OF CONSTRUCTION (Contractor, Address) hereby guarantees that all labor and material furnished and work performed under the above Contract are in accordance with the contract drawings and specifications and authorized alterations and additions thereto, and that all of the work under the Contract is free from faulty materials and improper workmanship, and guaranteed against injury from proper and usual wear, and agreeing (and we do hereby so agree) that should any defect develop during the contract guarantee period, as hereinafter defined, due to improper materials, workmanship or arrangement, we will, upon written notice, replace or re -execute such defective work, together with any other work affected in making good such defects, at the convenience of, and without expense to the Owner The Contractor further warrants that all manufacturer's or other warranties on all materials and equipment furnished by Contractor shall run directly to or be specifically assigned to Owner on demand The Contractor warrants that the installation of any and all materials and equipment shall be in strict accordance with manufacturer's requirements In the event Owner seeks to enforce a claim based upon a manufacturers warranty and should such manufacturer then fail to honor its warranty based, in whole or in part, on a claim of defective installation, Owner shall be entitled to enforce said warranty against Contractor in accordance with the terms of said warranty, except that a claim of defective installation shall not be a defense to any such warranty claim by Owner against Contractor The contract guarantee period shall be a period of one year form final acceptance, except in the cases of manufacturer's or other required extended warranties that extend for periods greater than one year from final acceptance, whereby the contract guarantee shall extend to match for the items that are so warrantied Contractor Subscribed and sworn before me in the State (or Commonwealth) of , this day of 20 Notary Public My Commission Expires 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-57 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM CERTIFICATE OF SUBSTANTIAL COMPLETION PROJECT DATE OF ISSUANCE OWNER. OWNER's Contract No ENGINEER's Contract No CONTRACTOR. ENGINEER. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof. To And To OWNER CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents The items in the tentative list shall be completed or corrected by CONTRACTOR within of the above date of Substantial Completion 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-58 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows RESPONSIBILITIES OWNER CONTRACT OR. The following documents are attached to and made a part of this Certificate [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents ] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents Executed by ENGINEER on J -U -B ENGINEERS, Inc. ENGINEER By. (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on , 20_ CONTRACTOR By. (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on , 20_ OWNER By. (Authorized Signature) 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-59 SECTION 2 - FAA General Provisions Section 10 - Definition of Terms FAA GENERAL PROVISIONS These provisions shall govern the general construction and administration of the contract unless otherwise directed Section No 2 FAA General Provisions, is reprinted from Division I, Federal Aviation Administration (FAA) Advisory Circular 150/5370-10G, "Standards for Specifying Construction of Airports," including FAA Northwest Mountain Region Notice G-1 In case of any discrepancy between the two conditions, the FAA General Provision written in black shall govern SECTION 10 - DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows 10-01 AASHTO The American Association of State Highway and Transportation Officials, the successor association to AASHTO 10-02 ACCESS ROAD The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished 10-04 AIRPORT IMPROVEMENT PROGRAM (AOA), a grant-in-aid program, administered by the Federal Aviation Administration 10-05 AIR OPERATIONS AREA (AOA). For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron 10-06 AIRPORT Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM International (ASTM) Formerly known as the American Society for Testing and Materials (ASTM) 10-08 AWARD. The Owner's notice to the successful bidder of the acceptance of the submitted bid 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon 10-11 CALENDAR DAY. Every day shown on the calendar 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-1 Section 10 - Definition of Terms 10-12 CHANGE ORDER. A written order to the CONTRACTOR covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes The work, covered by a change order, must be within the scope of the contract. 10-13 CONTRACT The written agreement covering the work to be performed The awarded contract shall include, but is not limited to The Advertisement; The Contract Form, The Proposal, The Performance Bond, The Payment Bond, any required insurance certificates, The Specifications, The Plans, and any addenda issued to bidders 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 CONTRACTOR'S LABORATORY. The Contractor's quality control organization in accordance with the Contractor Quality Control Program 10-18 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator It is included in the invitation for bids and becomes part of the project specifications 10-19 DRAINAGE SYSTEM The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area 10-20 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection and observation of the contract work and acting directly or through an authorized representative 10-21 EQUIPMENT All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-22 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified 10-23 FAA. The Federal Aviation Administration of the U S Department of Transportation When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative 10-24 FEDERAL SPECIFICATIONS The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-25 FORCE ACCOUNT. Force account work is planning, engineering, or construction work done by the Sponsor's employees 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-2 Section 10 - Definition of Terms 10-26 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary observations and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor 10-27 INTENTION OF TERMS Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended, and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference 10-28 LABORATORY The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer Also referred to as "Engineer's Laboratory" or "quality assurance laboratory " 10-29 LIGHTING A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface 10-30 MAJOR AND MINOR CONTRACT ITEMS A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items 10-31 MATERIALS Any substance specified for use in the construction of the contract work. 10-32 NOTICE TO PROCEED (NTP) A written notice to the Contractor to begin the actual contract work on a previously agreed to date If applicable, the Notice to Proceed shall state the date on which the contract time begins 10-33 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only 10-34 PASSENGER FACILITY CHARGE (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls " 10-35 PAVEMENT The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-36 PAYMENT BOND The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-37 PERFORMANCE BOND The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-38 PLANS The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-3 Section 10 - Definition of Terms 10-39 PROJECT The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-40 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications 10-41 PROPOSAL GUARANTY The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner 10-42 RUNWAY The area on the airport prepared for the landing and takeoff of aircraft. 10-43 SPECIFICATIONS A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically 10-44 SPONSOR. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an AIP grant for the airport. 10-45 STRUCTURES Airport facilities such as bridges, culverts, catch basins, inlets, retaining walls, cribbing, storm and sanitary sewer lines, water lines, underdrains, electrical ducts, manholes, handholes, lighting fixtures and bases, transformers, flexible and rigid pavements, navigational aids, buildings, vaults, and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein 10-46 SUBGRADE. The soil that forms the pavement foundation 10-47 SUPERINTENDENT The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction 10-48 SUPPLEMENTAL AGREEMENT A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract, or (2) work that is not within the scope of the originally awarded contract. 10-49 SURETY The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor 10-50 TAXIWAY For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas 10-51 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications 10-52 WORKING DAY A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-4 Section 10 - Definition of Terms Wherever used in this supplement to the FAA General Provisions or in the other Contract Documents, the following terms have the meanings indicated that are applicable to both the singular and plural thereof. 10-53. ADDENDA. Written and/or graphic instruments issued prior to the opening of Bids that clarify, correct, or change the bidding documents or the Contract Documents 10-54. AGREEMENT. The written agreement between the OWNER and CONTRACTOR covering the Work to be performed Other Contract Documents may be attached to the Agreement and made a part thereof as provided therein 10-55. APPLICATION FOR PAYMENT. The form accepted by the ENGINEER that is to be used by the CONTRACTOR in requesting progress or final payments and that is to include such supporting documentation as required by the Contract Documents 10-56. BID. The offeror proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed 10-57. BONDS. Bid, performance and payment bonds and other instruments of security 10-58. CONTRACT DOCUMENTS. The Agreement, Addenda (that pertain to the Contract Documents), CONTRACTORS Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Bonds, the OWNER'S Supplement to the FAA General Provisions, the Supplemental General Provisions, the Specifications, the Drawings as the same are more specifically identified in the Agreement, together with all Modifications issued after the execution of the Agreement. 10-59. CONTRACT PRICE. The moneys payable by the OWNER to the CONTRACTOR under the Contract Documents as stated in the Agreement. 10-60. DAY. A calendar of twenty-four (24) hours measured from midnight to the next midnight. 10-61. DEFECTIVE. An adjective that, when modifying the word Work, refers to Work that is, in the ENGINEER'S opinion, unsatisfactory, faulty or deficient, or does conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents, or has been damaged prior to the ENGINEERS recommendation of final payment. 10-62. DRAWINGS. The drawings that show the character and scope of the Work to be performed and that have been prepared or approved by the ENGINEER and are referred to in the Contract Documents 10-63. EFFECTIVE DATE OF THE AGREEMENT. The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver 10-64. ENGINEER. J -U -B ENGINEERS, Inc 10-65. FIELD ORDER. A written order issued by the ENGINEER that orders minor changes in the Work in accordance with subsection 40-02 of the FAA General Provisions but that does not involve a change in the Contract Price or the Contract Time 10-66. MODIFICATION. (1) A written amendment of the Contract Documents signed by both parties, (2) a Change Order, or (3) a Field Order A modification may only be issued after the effective date of the Agreement. 10-67. NOTICE OF AWARD. The written notice by the OWNER to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, the OWNER will sign and deliver the Agreement. 10-68. RESIDENT PROJECT REPRESENTATIVE. The authorized representative of the ENGINEER who is assigned to the Project or any part thereof 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-5 Section 10 - Definition of Terms 10-69. REQUEST FOR INFORMATION (RFI). Forms supplied by OWNER for information requests between CONTRACTOR and ENGINEER. 10-70. SHOP DRAWINGS. All drawings, diagrams, illustrations, schedules and other data that are specifically prepared by the CONTRACTOR, a subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by the CONTRACTOR to illustrate material or equipment for some portion of the Work. 10-71. SUBCONTRACTOR. An individual, firm or corporation having a direct contract with the CONTRACTOR or with any other subcontractor for the performance of a part of the Work at the site 10-72. SUBSTANTIAL COMPLETION. The date at which the Work, or a specified part thereof, has progressed to the point where, in the opinion of the ENGINEER as evidenced by his definitive acknowledgment of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it was intended, or if there be no such acknowledgment issued, when final payment is due in accordance with subsection 90-06 4 of this Owners Supplement. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof 10-73. TELEGRAPH. Telegraph shall mean FAX. END OF SECTION 10 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-6 Section 20 - Proposal Requirements and Conditions SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). 20-02 QUALIFICATION OF BIDDERS. Each bidder shall furnish the OWNER satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available In addition, each bidder shall furnish the OWNER satisfactory evidence of his or her financial responsibility Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the bidder's last fiscal year Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect the bidder's true financial condition at the time such qualified statement or report is submitted to the OWNER. Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the OWNER at the time of bid opening Additional CONTRACTOR Prequalification Submittals: Evidence of prequalification by the local State transportation agency, where applicable, shall be accepted only for evidence of the CONTRACTOR'S financial responsibility to perform the proposed work. Submit as per the last sentence of subsection 20-02. Evidence of financial responsibility may also be determined based on if the Bid Bond submitted is issued by a Surety, meeting the requirements of Section 30-05 of the FAA General Provisions. The Owner reserves the right to request further information deemed necessary to determine financial responsibility prior to award. Refusal to submit any further requested information within 2 business days of the request will result in rejection of the bid with no further consideration for award action. Any other form of bid security shall not be considered for evidence of financial responsibility. CONTRACTOR'S obligation to submit "evidence of competency" and "evidence of financial responsibility" shall be submitted at the time of bid opening on the Prequalification Form provided in Section 1A Bidders Forms. The CONTRACTOR shall be required to submit verifiable evidence of completing similar type airport related work within the past three (3) years excluding the current calendar year. CONTRACTOR shall also note specific qualification requirements for P-401 specifically paving foreman and screed operator. 20-03 CONTENTS OF PROPOSAL FORMS. The OWNER shall furnish bidders with proposal forms All papers bound with or attached to the proposal forms are necessary parts and must not be detached The plans specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 ISSUANCE OF PROPOSAL FORMS The OWNER reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-7 Section 20 - Proposal Requirements and Conditions Failure to comply with any prequalification regulations of the OWNER, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding b Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the OWNER at the time the OWNER issues the proposal to a prospective bidder c. Documented record of Contractor default under previous contracts with the Owner d Documented record of unsatisfactory work on previous contracts with the Owner 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The OWNER does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith, nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the CONTRACTOR will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms He shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications Digital copies of the Bidding Documents (including any Addenda) may be obtained from QuestCDN at www.questcdn.com. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the OWNER'S design and estimating purposes only Such information has been made available for the convenience of all bidders It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which the bidder may make or obtain from his or her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the OWNER. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his or her proposal on the forms furnished by the OWNER. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given The bidder shall state the price (written in ink or typed) both in numerals for which they propose to do for each pay item furnished in the proposal The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or her name and post office address must be shown If made by a partnership, the name and post office address of each member of the partnership must be shown If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer Anyone signing a proposal as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation 20-08 RESPONSIVE AND RESPONSIBLE BIDDER. A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid It is the Sponsor's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-8 Section 20 - Proposal Requirements and Conditions A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR § 18 36(b)(8) This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources 20-09 IRREGULAR PROPOSALS Proposals shall be considered irregular for the following reasons a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price d. If the proposal contains unit prices that are obviously unbalanced e. If the proposal is not accompanied by the proposal guaranty specified by the Owner The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts 20-10 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form Such check, or collateral, shall be made payable to the Owner 20-11 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids Proposals received after the bid opening time shall be returned to the bidder unopened 20-12 WITHDRAWAL OR REVISION OF PROPOSALS A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by fax before the time specified for opening bids Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids 20-13 PUBLIC OPENING OF PROPOSALS Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened 20-14 DISQUALIFICATION OF BIDDERS A bidder shall be considered disqualified for any of the following reasons a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name b. Evidence of collusion among bidders Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder c. If the bidder is considered to be in "default" for any reason specified in the subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-9 Section 20 - Proposal Requirements and Conditions 20-15 BID PROTEST PROCEDURE Any protest must be made in writing, signed by the protestor, and state that the Proposer is submitting a formal protest. The protest shall be filed with the City of Yakima Purchasing Manager at 129 No 2nd St., Yakima, WA 98901, or by fax: 509-576-6394 or email to Sue.OwnbyYakimaWA.Oov The protest shall clearly state the specific factual and legal ground(s) for the protest, and a description of the relief or corrective action being requested Protests based on specifications/scope of work, or other terms in the RFP shall be filed at least five (5) calendar days before the solicitations due date, and protests based on award or after the award shall be filed no less than five calendar (5) days after Award Announcement (see below for details) The following steps shall be taken in an attempt to resolve the protest with the Proposer Step I. Purchasing Manager and Division Manager of solicitation try resolving matter with protester All available facts will be considered and the Purchasing Manager shall issue a written decision Step II. If unresolved, within three (3) business days after receipt of written decision, the protest may be appealed to the Department Head by the Purchasing Manager Step III. If still unresolved, within three (3) business days after receipt of appeal, the protest may be appealed to the Executive (or his designee) The Executive shall make a final determination in writing to the Protester Award Announcement Purchasing shall announce the successful Proposer via Website, e-mail, fax, regular mail, or by any other appropriate means Once the Intent to Negotiate is released by Purchasing, the protest time frame begins The timeframe is not based upon when the Proposer received the information, but rather when the announcement is issued by Purchasing Award Regardless of Protest When a written protest against making an award is received, the award shall not be made until the matter is resolved, unless the City determines that one of the following applies • The supplies or services to be contracted for are urgently required, • Delivery or performance will be unduly delayed by failure to make award promptly; • A prompt award will otherwise be advantageous to the City If the award is made, regardless of a protest, the award must be documented in the file, explaining the basis for the award Written notice of the decision to proceed shall be sent to the protester and others who may be concerned The City retains the right to enter into any contract and nothing herein shall be construed to limit that authority in any manner END OF SECTION 20 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-10 Section 30 - Award and Execution of Contract SECTION 30 - AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern Until the award of a contract is made, the OWNER reserves the right to reject a bidder's proposal for any of the following reasons If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS of Section 20 b If the bidder is disqualified for any of the reasons specified in the subsection 20-09 titled DISQUALIFICATION OF BIDDERS of Section 20 In addition, until the award of a contract is made, the OWNER reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the OWNER and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts, advertise for new proposals, or proceed with the work otherwise All such actions shall promote the OWNER'S best interests 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within ninety (90) calendar days of the date specified for publicly opening proposals, unless otherwise specified herein Award of the contract shall be made by the OWNER to the lowest, qualified bidder whose proposal conforms to the cited requirements of the OWNER. 30-03 CANCELLATION OF AWARD The OWNER reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the OWNER in accordance with the subsection 30-07 titled APPROVAL OF CONTRACT of this section 30-04 RETURN OF PROPOSAL GUARANTY All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the OWNER has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section Proposal guaranties of the two lowest bidders will be retained by the OWNER until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned The successful bidder's proposal guaranty will be returned as soon as the OWNER receives the contract bonds as specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section 30-05 REQUIREMENTS OF CONTRACT BONDS At the time of the execution of the contract, the successful bidder shall furnish the OWNER a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the CONTRACTOR'S performance of the work. The surety and the form of the bond or bonds shall be acceptable to the OWNER. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. If the Surety on any Bond furnished by the CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements above, the CONTRACTOR shall within five (5) days thereafter substitute another Bond and Surety, both of which shall be acceptable to the OWNER. These Bonds shall remain in effect until one (1) year after the date of acceptance, except as otherwise provided by law. All Bonds shall be in the forms prescribed by the bidding documents and be executed by 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-11 Section 30 - Award and Execution of Contract such Sureties as 1) are licensed to conduct business in the state where the project is located, and 2) are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 30-06 EXECUTION OF CONTRACT The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the OWNER, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder If the contract is mailed, special handling is recommended 30-06.1 INSURANCE REQUIREMENTS. The CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as will provide protection from claims set forth below that may arise out of or result from the CONTRACTOR'S performance of the Work and the CONTRACTOR'S other obligations under the Contract Documents, whether such performance is by the CONTRACTOR, by any subcontractor, by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: a. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; b. Claims for damages because of bodily injury, occupational sickness or disease, or death of the CONTRACTOR'S employees; c. Claims for damages insured by personal injury liability coverage that are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the CONTRACTOR, or (2) by any other person for any other reason; d. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; and e. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The insurance coverages and limits required by this Section are described in the Information For Bidders, and shall include the specific coverage and be written for not less than the limits of liability and coverage provided in the Information for Bidders, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All such insurance shall contain a provision that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty (30) days' prior written notice has been given to the OWNER and the ENGINEER. Failure to meet these notification requirements shall be considered breach of contract. All such insurance shall remain in effect until final payment and at all times thereafter when the CONTRACTOR may be correcting, removing or replacing defective Work in accordance with subsection 80-12 Warranty and Guarantee, in these Owners Supplemental Provisions. In addition, the CONTRACTOR shall maintain such completed operations insurance for at least one (1) year after final payment and furnish the OWNER with evidence of continuation of such insurance at final payment and one year thereafter. The insurance must be provided by an insurer with a rating of A -VII: or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington. The OWNER reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. If any insurance policy is written on a "claims made form" its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the CONTRACTOR for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the CONTRACTOR shall annually provide the OWNER with proofofrenewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the CONTRACTOR shall 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-12 Section 30 - Award and Execution of Contract purchase an extended reporting period ("tail') or execute another form of guarantee acceptable to the OWNER to assure financial responsibility for liability for services performed. The insurance policies shall contain a "cross liability" provision. The CONTRACTOR's and all subcontractor's insurance coverage shall be primary and non-contributory insurance as respects to the OWNER's insurance, self-insurance, or insurance pool coverage. The CONTRACTOR shall not begin work under the contract until the required insurance has been obtained and approved by the OWNER. Failure on the part of the CONTRACTOR to maintain the insurance as required shall constitute a material breach of contract, upon which the OWNER may, after giving five business days' notice to the CONTRACTOR to correct the breach, immediately terminate the contract or, at is discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be prepaid to the OWNER on demand, or at the sole discretion of the OWNER, offset against funds due the CONTRACTOR from the OWNER. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 30-06.2 SPECIFIC COVERAGE REQUIREMENTS Each specific coverage requirement is described herein: Contractual Liability Insurance: The comprehensive general liability insurance required herein will include contractual liability insurance applicable to the CONTRACTOR'S obligations under subsection 70-11 of the FAA General Provisions. Property Insurance: The CONTRACTOR shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. If the OWNER requests in writing that other special insurance be included in the property insurance policy, the CONTRACTOR shall, if possible include such insurance, and the cost thereof shall be charged to the OWNER by appropriate Change Order. Prior to commencement of the Work at the site, the CONTRACTOR will, in writing, advise the OWNER whether or not such other insurance has been procured by the CONTRACTOR. Waiver of Rights: The OWNER and CONTRACTOR waive all rights against each other and the subcontractors and their agents and employees and against the ENGINEER and separate CONTRACTORS (if any) and their subcontractors' agents and employees, for damages caused by fire or other perils to the extent covered by insurance provided under "Owners Liability Insurance" of any other property insurance applicable to the Work, except such rights as they may have to the proceeds of such insurance held by the OWNER as trustee. The CONTRACTOR shall require similar written waivers from each subcontractor; each such waiver will be in favor of all other parties enumerated in this Section. Receipt and Application of Proceeds: Any insured loss under the policies of insurance required under "Property Insurance" shall be adjusted with the OWNER and made payable to the OWNER as trustee for the insured, as their interests may appear, subject to the requirements of any applicable mortgage clause and of the second paragraph of Receipt and Application of Proceeds. The OWNER shall deposit in a separate account any money so received, and he shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-13 Section 30 - Award and Execution of Contract agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order. The OWNER as trustee shall have the power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within thirty (30) days after the occurrence of loss to the OWNER'S exercise of this power. If such an objection is made, the OWNER as trustee shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, the OWNER as trustee shall upon the occurrence of an insured loss, give bond for the proper performance of his duties. Acceptance of Insurance: If the OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained on the basis of its not complying with the Contract Documents, the OWNER will notify the CONTRACTOR in writing thereof within thirty (30) days of the date of delivery of such certificates to the OWNER. the CONTRACTOR will provide to the OWNER such additional information in respect of insurance provided by him as the OWNER may reasonably request. Failure by the OWNER to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the CONTRACTOR as complying with the Contract Documents. 30-07 APPROVAL OF CONTRACT Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the OWNER shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the CONTRACTOR. Delivery of the fully executed contract to the CONTRACTOR shall constitute the OWNER'S approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection 30-06 titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the OWNER. END OF SECTION 30 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-14 Section 40 - Scope of Work SECTION 40 - SCOPE OF WORK 40-01 INTENT OF CONTRACT The intent of the contract is to provide for construction and completion, in every detail, of the work described It is further intended that the CONTRACTOR shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES The OWNER reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner Unless otherwise specified herein, the ENGINEER shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract) Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the CONTRACTOR agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the ENGINEER. Change orders for altered work shall include extensions of contract time where, in the ENGINEER'S opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the OWNER and the CONTRACTOR are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the OWNER reserves the right to terminate the contract with respect to the item and make other arrangements for its completion Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds 40-03 OMITTED ITEMS The ENGINEER may, in the OWNER'S best interest, omit from the work any contract item, except major contract items Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non -performed, the CONTRACTOR shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90 40-04 EXTRA WORK. Should acceptable completion of the contract require the CONTRACTOR to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the ENGINEER'S opinion, is necessary for completion of such Extra Work. The CONTRACTOR shall within 10 days of notification of Extra Work, submit costs in accordance with Section 90-05.1 of the FAA General Provisions. Submittals for costs with the wording such as "Costs at this time cannot be identified" or "reserving the right to assess costs at a later date" shall not be accepted. When determined by the ENGINEER to be in the OWNER'S best interest, the Engineer may order the CONTRACTOR to proceed with Extra Work by force account as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-15 Section 40 - Scope of Work Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10 Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the OWNER. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration It is understood and agreed that the CONTRACTOR shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 It is further understood and agreed that the CONTRACTOR shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70 b With respect to his or her own operations and the operations of all subcontractors, the CONTRACTOR shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the CONTRACTOR's performance of work that is otherwise provided for in the contract, plans, and specifications, the CONTRACTOR shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic The CONTRACTOR shall be responsible for the repair of any damage caused by the CONTRACTOR's equipment and personnel The CONTRACTOR shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http.//mutcd.fhwa.dot.gov/), unless otherwise specified The CONTRACTOR shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways [ Unless otherwise specified herein, the CONTRACTOR will not be required to furnish snow removal for such existing road, street, or highway ] 40-06 REMOVAL OF EXISTING STRUCTURES All existing structures encountered within the established lines, grades, or grading sections shall be removed by the CONTRACTOR, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items Should the CONTRACTOR encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the ENGINEER shall be notified prior to disturbing such structure The disposition of existing structures so encountered shall be immediately determined by the ENGINEER in accordance with the provisions of the contract. Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the OWNER when so used in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the CONTRACTOR encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-16 Section 40 - Scope of Work established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the CONTRACTOR may at his or her option either a. Use such material in another contract item, providing such use is approved by the ENGINEER and is in conformance with the contract specifications applicable to such use, or, b. Remove such material from the site, upon written approval of the ENGINEER, or c. Use such material for the CONTRACTOR's own temporary construction on site, or, d. Use such material as intended by the terms of the contract. Should the CONTRACTOR wish to exercise option a , b , or c , the CONTRACTOR shall request the ENGINEER's approval in advance of such use Should the ENGINEER approve the CONTRACTOR's request to exercise option a , b , or c , the CONTRACTOR shall be paid for the excavation or removal of such material at the applicable contract price The CONTRACTOR shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The CONTRACTOR shall not be charged for use of such material used in the work or removed from the site Should the ENGINEER approve the CONTRACTOR's exercise of option a , the CONTRACTOR shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used It is understood and agreed that the CONTRACTOR shall make no claim for delays by reason of his or her exercise of option a , b , or c The CONTRACTOR shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications 40-08 FINAL CLEANUP Upon completion of the work and before acceptance and final payment will be made, the CONTRACTOR shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees The CONTRACTOR shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the CONTRACTOR has obtained the written permission of such property OWNER. END OF SECTION 40 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-17 Section 40 - Scope of Work 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-18 Section 50 — Control of Work SECTION 50 - CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER The ENGINEER shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The ENGINEER shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The ENGINEER shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The ENGINEER does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-01.1 REQUEST FOR INFORMATION (RFI). Any CONTRACTOR directed questions to the ENGINEER regarding interpretations of the specifications or plans relating to the work shall be submitted on an RFI form, which the ENGINEER will render a response in reasonable time. All subcontractor's questions shall be routed through the CONTRACTOR and submitted using the RFI form. Any CONTRACTOR'S disputes or disagreements with the ENGINEER's response to a RFI shall be resolved in accordance with Section 50-16.1. A sample RFI form is located in the Contract Forms section. 50-01.2 LIMITATIONS ON ENGINEER'S RESPONSIBILITIES. The ENGINEER will be the OWNER'S representative during the construction period. The duties and responsibilities and the limitations of authority of the ENGINEER as the OWNER'S representative during construction are set forth in the Contract Documents and shall not be extended without written consent of the OWNER and ENGINEER. The OWNER shall issue all communications to the CONTRACTOR through the ENGINEER. Neither the ENGINEER'S authority to act under this Section or elsewhere in the Contract Documents nor any decision made by the ENGINEER in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of the ENGINEER to the CONTRACTOR, any subcontractor, any manufacturer, fabricator, supplier or distributor, or any of their agents or employees or any other person performing any of the Work. Whenever in the Contract Documents the terms "as ordered'; "as directed", "as required'; "as allowed" or terms of like effect or import are used, or the adjectives "reasonable'; "suitable'; "acceptable'; "proper" or "satisfactory" or adjectives of like effect or import are used, to describe requirement, direction, review or judgment of the ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective never indicates that the ENGINEER shall have authority to supervise or direct performance of the Work or authority to undertake responsibility contrary to other provisions herein. The ENGINEER will not be responsible for the CONTRACTOR'S means, methods, techniques, sequence or procedures of construction, or the safety precautions and programs incident thereto, and the ENGINEER will not be responsible for the CONTRACTOR'S failure to perform the Work in accordance with the Contract Documents. The ENGINEER will not be responsible for the acts or omissions of the CONTRACTOR or of any subcontractors, or of the agents or employees of any CONTRACTOR or subcontractor, or of any other persons at the site or otherwise performing any of the Work. 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-19 Section 50 — Control of Work 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications If the ENGINEER finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the OWNER, the ENGINEER will advise the OWNER of his or her determination that the affected work be accepted and remain in place In this event, the ENGINEER will document the determination and recommend to the OWNER a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The ENGINEER'S determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the ENGINEER'S opinion, needed Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable If the ENGINEER finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the CONTRACTOR in accordance with the ENGINEER'S written orders For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the CONTRACTOR'S responsibility to complete the work in accordance with the contract, plans, and specifications The term shall not be construed as waiving the ENGINEER'S responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the CONTRACTOR'S execution of the work, when, in the ENGINEER'S opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the ENGINEER with the authority, after consultation with the FAA, to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications The ENGINEER will not be responsible for the CONTRACTOR'S means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements A requirement occurring in one is as binding as though occurring in all They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions, contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited AC's, contract general provisions shall govern over plans, cited standards for materials or testing, and cited AC's, plans shall govern over cited standards for materials or testing and cited AC's If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards If the Contractor discovers any apparent discrepancy within standard test methods, the CONTRACTOR shall immediately call upon the ENGINEER for an interpretation and decision, and such decision shall be final 50-04 COOPERATION OF CONTRACTOR. The CONTRACTOR will be supplied with five (5) copies each of the plans and specifications The CONTRACTOR shall have available on the work at all times one copy each of the plans and specifications Additional copies of plans and specifications may be obtained by the CONTRACTOR for the cost of reproduction 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-20 Section 50 — Control of Work The CONTRACTOR shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the ENGINEER and his/her inspectors and with other CONTRACTORS in every way possible The CONTRACTOR shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the ENGINEER or his/her authorized representative 50-05 COOPERATION BETWEEN CONTRACTORS The OWNER reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each CONTRACTOR shall conduct the work so as not to interfere with or hinder the progress of completion of the work being performed by other CONTRACTORS CONTRACTORS working on the same project shall cooperate with each other as directed Each CONTRACTOR involved shall assume all liability, financial or otherwise, in connection with his or her contract and shall protect and save harmless the OWNER from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other CONTRACTORS working within the limits of the same project. The CONTRACTOR shall arrange his or her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other CONTRACTORS within the limits of the same project. He shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others 50-06 CONSTRUCTION LAYOUT AND STAKES The ENGINEER shall establish horizontal and vertical control only The CONTRACTOR must establish all layout required for the construction of the work. Such stakes and markings as the ENGINEER may set for either their own or the CONTRACTOR'S guidance shall be preserved by the CONTRACTOR. In case of negligence on the part of the CONTRACTOR, or their employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the CONTRACTOR at the discretion of the ENGINEER. The Construction survey control will be the secondary and primary control stations identified by the Engineer and used for the design These were established using the procedures in FAA AC FAA AC 150/5300-16A [or most current version] If additional secondary control stations are needed they must be surveyed to the temporary control standards and procedures in accordance with FAA AC 150/5300-16A [or most current version] When staking out construction features the construction survey must verify consistency with the secondary project control If secondary project control has been disturbed the survey must verify consistency with primary project control The Contractor must verify his internal secondary control monuments a minimum of once per month Prior to performing the initial control survey, submit a methodology statement to the Engineer for their review, complete with survey equipment to be utilized and with information as to the accuracy of the equipment. The CONTRACTOR will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications The CONTRACTOR must give copies of survey notes to the ENGINEER for each area of construction and for each placement of material as specified to allow the ENGINEER to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications All surveys must be provided to the ENGINEER prior to commencing work items that will 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-21 Section 50 — Control of Work cover or disturb the survey staking as set by the CONTRACTOR's surveyor Survey(s) and notes shall be provided in the following format(s) Excel Spreadsheet. In the case of error, on the part of the CONTRACTOR, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the CONTRACTOR is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the OWNER. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to a. Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100 -foot (30-m) stations c. Drainage Swales slope stakes and flow line blue tops at 50 -foot (15-m) stations Subgrade blue tops at 25 -foot (7 5-m) stations and 25 -foot (7 5-m) offset distance (maximum) for the following section locations a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station d. Roadways — minimum three (3) per station Base Course blue tops at 25 -foot (7 5-m) stations and 25 -foot (7 5-m) offset distance (maximum) for the following section locations a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station Pavement areas a. Edge of Pavement hubs and tacks (for stringline by CONTRACTOR) at 100 -foot (30-m) stations b. Between Lifts at 25 -foot (7 5-m) stations for the following section locations (1) Runways — each paving lane width (2) Taxiways — each paving lane width (3) Holding areas — each paving lane width c. After finish paving operations at 50 -foot (15-m) stations (1) All paved areas — Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 -foot (15-m) stations and at all break points with maximum of 50 -foot (15-m) offsets e. Fence lines at 100 -foot (30-m) stations minimum f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull boxes and manholes g. Drain lines, cut stakes and alignment on 25 -foot (7 5-m) stations, inlet and manholes h. Painting and Striping layout (pinned with 1 5 inch PK nails) marked for paint CONTRACTOR. (All nails shall be removed after painting) i. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet (120 m) per pass (that is, paving lane) The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-22 Section 50 — Control of Work Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the ENGINEER without additional cost to the OWNER. Use of machine or computer controlled grade setting equipment in addition to conventional staking will be allowed on the project with the approval of the ENGINEER. The CONTRACTOR shall submit a written plan for itself, or any of its subcontractors intended to use this method, a minimum of 20 calendar days prior to any grade setting activities using machine/computer controlled equipment. The written plan shall include at a minimum, the following 1 Type of control system 2 General description of how the system operates 3 Tolerance/Accuracy of the control system 4 Operational range of control system 5 Set-up and testing procedures of the control system 6 Method of verification of accuracy of initial set-up of control system 7 Required training and/or certification for personnel setting and maintaining the control system and training for the equipment operators 8 Grade setting equipment to be used, including description of the control system 9 Identify company and staff developing the surface modeling, including resumes and previous projects 10 Identify surface model Reviewer Company and staff, including resumes and previous projects **Note: this can be the CONTRACTOR'S construction staking surveyor. Any delay or deletion of this information may be grounds for rejection of the machine/computer controlled grade setting method When approved by the ENGINEER, this method shall supplement the standard grade checking and verification provided within Section 50-06 CONTRACTOR shall follow the procedures below for setting and checking/verification of grades for each material lift prior to proceeding to the next lift. The ENGINEER will provide the CONTRACTOR the electronic design media consisting of a CSV design elevation point file correlating those elevations to the construction plans in order for the CONTRACTOR to create an electronic surface model needed for construction staking or for the machine/computer controlled grade setting system. Any additional secondary control points required for use of a machine/computer controlled system equipment shall be set, maintained and verified monthly under the supervision of the CONTRACTOR'S professional land surveyor licensed in the State the work is performed. NOTE: CONTRACTOR shall create only one Digital Terrain Model (DTM) to be used by itself, or any of its subcontractors, throughout the project. Multiple models shall not be allowed. During the development of the CONTRACTOR'S surface model, the CONTRACTOR shall notify the ENGINEER if any discrepancies are found between the provided design media and the Construction Plans. Prior to construction, any discrepancies shall be resolved by the CONTRACTOR, with acceptance of the ENGINEER, during the surface model development. An independent verification of the surface model will be required by the CONTRACTOR'S Independent Reviewer or their professional land surveyor. The CONTRACTOR created surface model shall be submitted to the ENGINEER for review a minimum of 10 calendar days prior to the start of any staking or grade setting activities intended to use machine/computer controlled grading equipment. The ENGINEER'S review of the surface model will be limited only to submittal review that it has been completed and for its general compliance to the design shown on the construction plans. The ENGINEER'S review of the surface model will not relieve the CONTRACTOR of the requirement to meet the design elevations, grades, depths, and tolerances for each of the surfaces and other improvements constructed on the project. It is the CONTRACTOR'S responsibility to ensure that the surface model and grade setting equipment are accurate and capable of constructing the project as shown and identified in the Construction Plans and Documents. 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-23 Section 50 — Control of Work For each surface constructed, using machine/computer controlled methods, the CONTRACTOR shall verify the accuracy of the machine/computer controlled grades by survey completed by the CONTRACTOR'S professional land surveyor. The verifications shall be to the requirements for blue tops in Section 50-06 except they will be allowed on a 50 -foot stationing and all grade breaks. The surveyed surface shall be submitted for review in spreadsheet format which shall include each survey point location by station including offset, design elevation, surveyed elevation and variance from the design elevation expressed in hundredths. In addition, during the verification, the surveyor shall mark in the field each location with a cut or fill depth to the nearest hundredth of the design elevation. The use of spray paint will be acceptable for marking. The ENGINEER may approve lengthening of the stationing frequency requirements should the variation indicate sufficient accuracy compliance. The ENGINEER may require a shortening of the stationing to 25 -foot should the verification indicate repeated failure to meet the design elevation tolerances. Use of machine/computer controlled methods does not relieve the CONTRACTOR of the responsibility to set or verify construction staking per Section 50-06. If the documents are provided in electronic format, the Electronic Documents are subject to the provisions of J -U -B's "Electronic Documents/Data Limited License" found at EDOCS.JUB.COM. The information provided by the ENGINEER has not been created to the accuracy to use as a DTM surface model for staking or automatic controls. The ENGINEER makes no guarantee as to its accuracy. The CONTRACTOR and its subcontractors shall indemnify and hold harmless the ENGINEER and OWNER from any liability, damages, delays, additional costs, or losses arising out of or relating to the use of the ENGINEER'S Electronic Media license. Electronic media is provided for the CONTRACTOR's convenience, and is not a part of the Contract. No representations or warranty expressed or implied is made by the OWNER and ENGINEER that the electronic media provided to the CONTRACTOR is compatible with the systems used by the CONTRACTOR; is complete; is representative of actual conditions at the project site, or; accurately reflects the quantities and character of the actual Work required. The furnishing of electronic design media or documentation shall not relieve the CONTRACTOR from any risks or of any duty to make examinations and investigations as required by subsection 20-06 of the FAA General Provisions or any other responsibility under the CONTRACTOR or as required by law. The CONTRACTOR shall not hold the OWNER and ENGINEER liable for corrupt and/or altered files due to the transfer and/or conversion of the electronic media. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS Inspectors shall be authorized to inspect all work done and all material furnished Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the CONTRACTOR. Inspectors are authorized to notify the CONTRACTOR or his or her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the ENGINEER for decision 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection The ENGINEER shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the CONTRACTOR as is required to make a complete and detailed inspection 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-24 Section 50 — Control of Work If the ENGINEER requests it, the CONTRACTOR, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed After examination, the CONTRACTOR shall restore said portions of the work to the standard required by the specifications Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work, but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the CONTRACTOR'S expense Any work done or materials used without supervision or inspection by an authorized representative of the OWNER may be ordered removed and replaced at the CONTRACTOR'S expense unless the OWNER'S representative failed to inspect after having been given reasonable notice in writing that the work was to be performed Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) OWNER, authorized representatives of the OWNERS of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility OWNER a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the ENGINEER as provided in the subsection 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70- 14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70 No removal work made under provision of this subsection shall be done without lines and grades having been established by the ENGINEER. Work done contrary to the instructions of the ENGINEER, work done beyond the lines shown on the plans or as established by the ENGINEER, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the CONTRACTOR'S expense Upon failure on the part of the CONTRACTOR to comply with any order of the ENGINEER made under the provisions of this subsection, the ENGINEER will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the OWNER from any monies due or to become due the CONTRACTOR. 50-11 LOAD RESTRICTIONS. The CONTRACTOR shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the CONTRACTOR of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted Hauling of materials over the base course or surface course under construction shall be limited as directed No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period The CONTRACTOR shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense 50-12 MAINTENANCE DURING CONSTRUCTION The CONTRACTOR shall maintain the work during construction and until the work is accepted This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-25 Section 50 — Control of Work In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the CONTRACTOR shall maintain the previous course or subgrade during all construction operations All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the CONTRACTOR will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the CONTRACTOR at any time fail to maintain the work as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this section, the ENGINEER shall immediately notify the CONTRACTOR of such noncompliance Such notification shall specify a reasonable time within which the CONTRACTOR shall be required to remedy such unsatisfactory maintenance condition The time specified will give due consideration to the exigency that exists Should the CONTRACTOR fail to respond to the Engineer's notification, the OWNER may suspend any work necessary for the OWNER to correct such unsatisfactory maintenance condition, depending on the exigency that exists Any maintenance cost incurred by the OWNER, shall be deducted from monies due or to become due the CONTRACTOR. 50-14 PARTIAL ACCEPTANCE If at any time during the execution of the project the CONTRACTOR substantially completes a usable unit or portion of the work, the occupancy of which will benefit the OWNER, the CONTRACTOR may request the ENGINEER to make final inspection of that unit. If the ENGINEER finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the ENGINEER may accept it as being complete, and the CONTRACTOR may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the OWNER shall not void or alter any provision of the contract. 50-14.1 PARTIAL UTILIZATION. Use by the OWNER of completed portions of the Work may be accomplished prior to Substantial Completion of all the Work subject to the following: a. The OWNER at any time may request the CONTRACTOR in writing to permit the OWNER to use any part of the Work which the OWNER believes to be substantially complete and which may be so used without significant interference with construction of the other parts of the Work. If the CONTRACTOR agrees, the CONTRACTOR will certify to the OWNER and ENGINEER that said part of the Work is substantially complete and request the ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time thereafter the OWNER, CONTRACTOR, and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If the ENGINEER does not consider that part of the Work to be substantially complete, the ENGINEER will notify the OWNER and CONTRACTOR in writing giving his reasons therefore. If the ENGINEER considers that part of the Work to be substantially complete, the ENGINEER will execute and deliver to the OWNER and CONTRACTOR a certificate to that effect, fixing the date of Substantial Completion as to that part of the Work, attaching thereto a tentative list of items to be completed or corrected before final payment. Prior to issuing a certificate of Substantial Completion as to part of the Work the ENGINEER will deliver to the OWNER and CONTRACTOR a written recommendation as to the division of responsibilities pending final payment between the OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities and insurance for that part of the Work which shall become binding upon the OWNER and CONTRACTOR at the time of issuing the definitive certificate of Substantial Completion as to that part of the Work unless the OWNER and CONTRACTOR have otherwise agreed in writing and so informed the ENGINEER. The OWNER shall have the right to exclude the CONTRACTOR from any part of the Work which the ENGINEER has so certified to be substantially complete, but the OWNER shall allow the CONTRACTOR reasonable access to complete or correct items on the tentative list. b. In lieu of the issuance of a certificate of Substantial Completion as to part of the Work, the OWNER may take over operation of a facility constituting part of the Work whether or not it is substantially complete if such facility is functionally and separately useable; provided that prior to any such takeover, the OWNER and CONTRACTOR have agreed as to the division of responsibilities between 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-26 Section 50 — Control of Work the OWNER and CONTRACTOR for security, operation, safety, maintenance, correction period, heat, utilities, and insurance with respect to such facility. c No occupancy of part of the Work or taking over of operations of a facility will be accomplished prior to compliance with the requirements of property insurance. 50-15 FINAL ACCEPTANCE. Upon due notice from the CONTRACTOR of presumptive completion of the entire project, the ENGINEER and OWNER will make an inspection If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection The ENGINEER shall notify the CONTRACTOR in writing of final acceptance as of the date of the final inspection If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the ENGINEER will give the CONTRACTOR the necessary instructions for correction of same and the CONTRACTOR shall immediately comply with and execute such instructions Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed In such event, the ENGINEER will make the final acceptance and notify the CONTRACTOR in writing of this acceptance as of the date of final inspection 50-15.1 ESTABLISHMENT OF SUBSTANTIAL COMPLETION. At the time of project completion and prior to final acceptance, the CONTRACTOR will request the ENGINEER to make an inspection for determination of substantial completion of the entire project. The ENGINEER, shall inspect the project for thoroughness of project's substantial completion. If all work on the project has been determined to be substantially complete in accordance with subsection 50-15 of the FAA General Provisions, the ENGINEER shall issue the Certificate of Substantial Completion. Any uncompleted items of work will be identified and addressed in a punchlist issued with the Certificate of Substantial Completion. The work identified on the punchlist shall be completed within the time as set forth in the Certificate of Substantial Completion which shall not exceed 10 working days. If the punchlist is not completed within the time set forth, contract time will resume the following day after expiration of the time allowed to complete the Punchlist unless an extension is agreed to by the ENGINEER and OWNER. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES If for any reason the CONTRACTOR deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the CONTRACTOR shall notify the ENGINEER in writing of his or her intention to claim such additional compensation before the CONTRACTOR begins the work on which the CONTRACTOR bases the claim If such notification is not given or the ENGINEER is not afforded proper opportunity by the CONTRACTOR for keeping strict account of actual cost as required, then the CONTRACTOR hereby agrees to waive any claim for such additional compensation Such notice by the CONTRACTOR and the fact that the ENGINEER has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim When the work on which the claim for additional compensation is based has been completed, the CONTRACTOR shall, within 10 calendar days, submit written claim to the ENGINEER who will present it to the OWNER for consideration in accordance with local laws or ordinances Nothing in this subsection shall be construed as a waiver of the CONTRACTOR'S right to dispute final payment based on differences in measurements or computations Claims with wording such as "Costs at this time cannot be identified" or "reserving the right to assess costs at a later date" shall not be accepted except in the case of Force Account which is authorized by the ENGINEER in writing, prior to the performance of the work. 50-16.1 DECISIONS ON DISAGREEMENTS. The ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-27 Section 50 — Control of Work the Contract Documents pertaining to the execution and progress of the Work shall be referred initially to the ENGINEER in writing with a request for a formal decision in accordance with this paragraph, which the ENGINEER will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter shall be delivered by the claimant to the ENGINEER and the OWNER immediately but in no case later than ten (10) calendar days of the occurrence of the event giving rise thereto. Written supporting data shall be submitted to the ENGINEER within the timeframe defined in subsection 50-16 of the FAA General Provisions unless the ENGINEER allows an additional period of time to ascertain more accurate data. In his capacity as interpreter and judge the ENGINEER will not show partiality to the OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. Upon completion of review of claims, the ENGINEER shall submit his findings to the OWNER for final consideration. The OWNERS determination will be rendered by the ENGINEER. The rendering of a decision by the ENGINEER with respect to any such claim, dispute or other matter (except any that have been waived by the making or acceptance of final payment as provided in subsection 50-16.2 Arbitration) will be a condition precedent to any exercise by the OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or at law in respect of any such claims, dispute or other matter. 50-16.2 ARBITRATION. All claims, disputes and other matters in question between the OWNER and CONTRACTOR arising out of, or relating to the Contract Documents or the breach thereof except for claims that have been waived by the making or acceptance of final payment as provided by subsection 90-09 of the FAA General Provisions, shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then pertaining subject to the limitation of this Section. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Section will be specifically enforceable under the prevailing arbitration law of any court having jurisdiction. No demand for arbitration of any claim, dispute or other matter that is required to be referred to the ENGINEER initially for decision in accordance with this Section shall be made until the earlier of (1) the date on which the ENGINEER has rendered a determination by the OWNER or (2) the tenth day after the parties have presented their evidence to the ENGINEER if a written decision has not been rendered by the ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter shall be made later than thirty (30) calendar days after the date on which the ENGINEER has rendered a written decision in respect thereof in accordance with this Section; and the failure to demand arbitration within said thirty (30) calendar day period shall result in the ENGINEER'S decision being final and binding upon the OWNER and CONTRACTOR. If the ENGINEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but shall not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. Notice of the demand for arbitration shall be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy shall be sent to the ENGINEER for information. In no event shall any such demand be made after institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. No arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner, any other person or entity, including the ENGINEER, his agents, employees or consultants, who is not a party to this Agreement unless: 1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration; 2. such other person or entity is substantially involved in a question of law or fact that is common to those who are already parties to the arbitration and that will arise in such proceedings, and 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-28 Section 50 — Control of Work 3. the written consent of the other person or entity sought to be included and of the OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and will not be subject to modification or appeal except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S. C. 10, 11). 50-17 COST REDUCTION INCENTIVE The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding On projects with original contract amounts in excess of $100,000, the CONTRACTOR may submit to the ENGINEER, in writing, proposals for modifying the plans, specifications, or other requirements of the contract for the sole purpose of reducing the cost of construction The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards This provision shall not apply unless the proposal submitted is specifically identified by the CONTRACTOR as being presented for consideration as a value engineering proposal To be considered as a Cost Reduction Incentive, each individual proposal must represent a minimum total cost reduction of $50,000. Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the CONTRACTOR with each proposal a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each b An itemization of the contract requirements that must be changed if the proposal is adopted c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes d. A statement of the time by which a change order adopting the proposal must be issued e A statement of the effect adoption of the proposal will have on the time for completion of the contract. f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them The CONTRACTOR may withdraw, in whole or in part, any cost reduction proposal not accepted by the ENGINEER, within the period specified in the proposal The provisions of this subsection shall not be construed to require the ENGINEER to consider any cost reduction proposal that may be submitted The CONTRACTOR shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued If a change order has not been issued by the date upon which the CONTRACTOR'S cost reduction proposal specifies that a decision should be made, or such other date as the CONTRACTOR may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected The ENGINEER shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal In determining the estimated net savings, the ENGINEER may disregard the contract bid prices if, in the ENGINEER'S judgment such prices do not represent a fair measure of the value of the work to be performed or deleted 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-29 Section 50 — Control of Work The OWNER may require the CONTRACTOR to share in the OWNER'S costs of investigating a cost reduction proposal submitted by the CONTRACTOR as a condition of considering such proposal Where such a condition is imposed, the CONTRACTOR shall acknowledge acceptance of it in writing Such acceptance shall constitute full authority for the OWNER to deduct the cost of investigating a cost reduction proposal from amounts payable to the CONTRACTOR under the contract. If the CONTRACTOR'S cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the ENGINEER'S approval is based The change order shall also set forth the estimated net savings attributable to the cost reduction proposal The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the CONTRACTOR and the OWNER. The CONTRACTOR'S 50% share of the net savings shall constitute full compensation to the CONTRACTOR for the cost reduction proposal and the performance of the work. Acceptance of the cost -reduction proposal and performance of the cost -reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order END OF SECTION 50 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-30 Section 60 — Control of Materials SECTION 60 - CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used in the work shall conform to the requirements of the contract, plans, and specifications Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed) In order to expedite the inspection and testing of materials, the CONTRACTOR shall furnish complete statements to the ENGINEER as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials At the ENGINEER'S option, materials may be approved at the source of supply before delivery is stated If it is found after trial that sources of supply for previously approved materials do not produce specified products, the CONTRACTOR shall furnish materials from other sources The CONTRACTOR shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the CONTRACTOR shall furnish such equipment that is a. Listed in Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement, and, b Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number The following airport lighting equipment is required for this contract and is to be furnished by the CONTRACTOR in accordance with the requirements of this subsection EQUIPMENT NAME CITED FAA EFFECTIVE FAA AC OR SPECIFICATIONS APPROVAL LETTER FOR (CURRENT VERSION) EQUIP & MANUFACTURER Light Bases, Type L-867 and L-868, Class 1 N/A N/A Runway and Taxiway Signs, Type L-858 N/A N/A Connectors, L-823 N/A N/A Rwy/Twy Lights, Type L-861, L -861T, and L -850C N/A N/A Regulators N/A N/A 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the ENGINEER before incorporation in the work. Any work in which untested materials are used without approval or written permission of the ENGINEER shall be performed at the CONTRACTOR's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the ENGINEER, shall be removed at the CONTRACTOR's expense Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the ENGINEER. The testing organizations performing on-site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-31 Section 60 — Control of Materials CONTRACTOR's representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the ENGINEER All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the CONTRACTOR's representative at their request after review and approval of the ENGINEER. The CONTRACTOR shall employ a testing organization to perform all CONTRACTOR required Quality Control tests The CONTRACTOR shall submit to the ENGINEER resumes on all testing organizations and individual persons who will be performing the tests The ENGINEER will determine if such persons are qualified All the test data shall be reported to the ENGINEER after the results are known A legible, handwritten copy of all test data shall be given to the ENGINEER daily, along with printed reports, in an approved format, on a weekly basis After completion of the project, and prior to final payment, the CONTRACTOR shall submit a final report to the ENGINEER showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests Within ten (10) calendar days after the effective date of the Agreement, unless otherwise specified, the CONTRACTOR shall submit to the ENGINEER for review and acceptance an estimated progress schedule indicating the starting and completion date of the various stages of the Work, a preliminary schedule of Shop Drawing submissions, and a preliminary schedule of values of the lump sum items of work in the bid proposal. Shop Drawings and Samples: After checking and verifying all field measurements, the CONTRACTOR shall submit to the ENGINEER for review in accordance with the accepted schedule of Shop Drawing submission five (5) copies of all Shop Drawings that shall have been checked by and stamped with the approval of the CONTRACTOR and identified as the ENGINEER may require. The data shown on the Shop Drawings shall be complete with respect to dimensions, design criteria, materials of construction and like information to enable the ENGINEER to review the information as required. The CONTRACTOR shall also submit to the ENGINEER for review 30 calendar days prior to commencement of the work, all samples required by the Contract Documents. All samples shall have been checked by and stamped with the approval of the CONTRACTOR, identified clearly as to material, manufacturer, any pertinent catalog numbers and the use for which intended. All information shall be furnished using the supplied submittal form. An example of this form is located in Section 18 Sample Contract Forms. An electronic version will be provided upon contract award. The absence of product data to include but not limited to shop drawings, catalog cuts, testing results, certificate of compliance or others as required shall result in payment being withheld on those items until the required documentation is received. At the time of each submission, the CONTRACTOR shall, in writing, call the ENGINEER'S attention to any deviations that the Shop Drawings or samples may have from the requirements of the Contract Documents. The ENGINEER will review within 10 calendar days of receipt of submittal, the Shop Drawings and samples, but the ENGINEER'S review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques or procedures of construction or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate approval of the assembly in which the item functions. The CONTRACTOR shall make any corrections required by the ENGINEER and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review. The CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by the ENGINEER on previous submittals. The CONTRACTOR'S stamp of approval on any Shop Drawing or sample shall constitute a representation to the OWNER and the ENGINEER that the CONTRACTOR has either 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-32 Section 60 — Control of Materials determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that the CONTRACTOR has reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. Where a Shop Drawing or sample is required by the Specifications, no related Work shall be commenced until the submittal has been reviewed by the ENGINEER. The ENGINEER'S review of Shop Drawings or samples shall not relieve the CONTRACTOR from responsibility for any deviations from the Contract Documents unless the CONTRACTOR has in writing called the ENGINEER'S attention to such deviation at the time of submission and the ENGINEER has given written concurrence to the specific deviation, nor shall any concurrence by the ENGINEER relieve the CONTRACTOR from responsibility for errors or omissions in the Shop Drawings. 60-03 CERTIFICATION OF COMPLIANCE. The ENGINEER may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the ENGINEER. The CONTRACTOR shall furnish manufacturer/supplier certifications for all materials and equipment incorporated in the project. Certifications shall have, as a minimum, the name of the manufacturer/supplier, project name and number, material being certified, a certification of compliance with the specified standards or criteria, and test reports if required by the specification. All information shall be furnished using the supplied submittal form. An example of this form is located in the Contract Forms Section. An electronic version will be provided upon contract award. When a material or assembly is specified by "brand name or equal" and the CONTRACTOR elects to furnish the specified "brand name," the CONTRACTOR shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to a. Conformance to the specified performance, testing, quality or dimensional requirements, and, b Suitability of the material or assembly for the use intended in the contract work. Should the CONTRACTOR propose to furnish an "or equal" material or assembly, the CONTRACTOR shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly However, the ENGINEER shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The ENGINEER reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance 60-04 PLANT INSPECTION. The ENGINEER or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly Should the ENGINEER conduct plant inspections, the following conditions shall exist. 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-33 Section 60 — Control of Materials a. The ENGINEER shall have the cooperation and assistance of the CONTRACTOR and the producer with whom the ENGINEER has contracted for materials b. The ENGINEER shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished c If required by the ENGINEER, the CONTRACTOR shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the OWNER shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site The ENGINEER shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications 60-05 ENGINEER'S FIELD OFFICE. The CONTRACTOR shall furnish for the duration of the project one building for the use of the field Engineers and inspectors, as a field office This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure) This building shall be located conveniently near to the construction and shall be separate from any building used by the CONTRACTOR. The CONTRACTOR shall furnish facsimile (FAX) machine, photocopy machine, water, sanitary facilities, heat, air conditioning, and electricity The CONTRACTOR and the CONTRACTOR'S superintendent shall provide all reasonable facilities to enable to the ENGINEER to inspect the workmanship and materials used into the work. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection The CONTRACTOR shall coordinate the storage of all materials with the ENGINEER. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the CONTRACTOR'S plant and parked equipment or vehicles shall be as directed by the ENGINEER. Private property shall not be used for storage purposes without written permission of the OWNER or lessee of such property The CONTRACTOR shall make all arrangements and bear all expenses for the storage of materials on private property Upon request, the CONTRACTOR shall furnish the ENGINEER a copy of the property OWNER'S permission All storage sites on private or airport property shall be restored to their original condition by the CONTRACTOR at his or her entire expense, except as otherwise agreed to (in writing) by the OWNER or lessee of the property 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected The CONTRACTOR shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the ENGINEER. Rejected material or assembly, the defects of which have been corrected by the CONTRACTOR, shall not be returned to the site of the work until such time as the ENGINEER has approved its use in the work. 60-08 OWNER -FURNISHED MATERIALS. The CONTRACTOR shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the OWNER. OWNER -furnished materials shall be made available to the CONTRACTOR at the location specified All costs of handling, transportation from the specified location to the site of work, storage, and installing OWNER -furnished materials shall be included in the unit price bid for the contract item in which such OWNER -furnished material is used 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-34 Section 60 — Control of Materials After any OWNER -furnished material has been delivered to the location specified, the CONTRACTOR shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the CONTRACTOR'S handling, storage, or use of such OWNER -furnished material The OWNER will deduct from any monies due or to become due the CONTRACTOR any cost incurred by the OWNER in making good such loss due to the CONTRACTOR'S handling, storage, or use of OWNER -furnished materials 60-09 RECORD DOCUMENTS. The CONTRACTOR shall keep one (1) record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be available to the ENGINEER for examination and shall be delivered to the ENGINEER for the OWNER upon completion of the Work and prior to Final Acceptance of the Project by the OWNER. END OF SECTION 60 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-35 Section 60 — Control of Materials 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-36 Section 70 — Legal Relations and Responsibility to Public SECTION 70 - LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The CONTRACTOR shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The CONTRACTOR shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees, and shall protect and indemnify the OWNER and all his or her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the CONTRACTOR or the CONTRACTOR's employees 70-02 PERMITS, LICENSES, AND TAXES. The CONTRACTOR shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. The CONTRACTOR shall make all arrangements and pay for all associated costs to provide water for construction. All costs for providing water shall be included in the price of all work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the CONTRACTOR is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the CONTRACTOR shall provide for such use by suitable legal agreement with the Patentee or OWNER. The CONTRACTOR and the surety shall indemnify and hold harmless the OWNER, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the OWNER for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The OWNER reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, ora utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the OWNER, such authorized work (by others) is indicated as follows Yakima Air Terminal -McAllister Field Brian Carlenius, Airport Maintenance (509) 370-5250 Except as listed above, the CONTRACTOR shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the ENGINEER. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the CONTRACTOR shall cooperate with such owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above When ordered as extra work by the ENGINEER, the CONTRACTOR shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications It is understood and agreed that the CONTRACTOR shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the OWNER for some portion of the contract costs Such reimbursement is made from time to time upon the OWNER'S request to the FAA. In consideration of the United States Government's (FAA's) agreement with the OWNER, the OWNER has included provisions in 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-37 Section 70 — Legal Relations and Responsibility to Public this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The CONTRACTOR shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards The CONTRACTOR shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to his or her health or safety 70-07 PUBLIC CONVENIENCE AND SAFETY. The CONTRACTOR shall control his or her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public Under all circumstances, safety shall be the most important consideration The CONTRACTOR shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The CONTRACTOR shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOA) shall be a maximum of 18 inches (0 5 m) high Unless otherwise specified, barricades shall be spaced not more than 24 feet (1.2 m) apart. Barricades, warning signs, and markings shall be paid for under subsection 40-05 For vehicular and pedestrian traffic, the CONTRACTOR shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices When the work requires closing an air operations area of the airport or portion of such area, the CONTRACTOR shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings The CONTRACTOR shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the CONTRACTOR's parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction The CONTRACTOR shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-38 Section 70 — Legal Relations and Responsibility to Public The CONTRACTOR shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the ENGINEER. Open -flame type lights shall not be permitted 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the execution of the work, the CONTRACTOR shall exercise the utmost care not to endanger life or property, including new work. The CONTRACTOR shall be responsible for all damage resulting from the use of explosives All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked Where no local laws or ordinances apply, storage shall be provided satisfactory to the ENGINEER and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy The CONTRACTOR shall notify each property OWNER and public utility company having structures or facilities in proximity to the site of the work of his or her intention to use explosives Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The CONTRACTOR shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the ENGINEER has witnessed or otherwise referenced their location and shall not move them until directed The CONTRACTOR at its own expense shall make all arrangements for the use of access routes to include public and private. Repair of any damages to the access route caused by the CONTRACTOR's vehicles and equipment shall be at the sole expense of the CONTRACTOR. The CONTRACTOR shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non - execution thereof by the CONTRACTOR, the CONTRACTOR shall restore, at his or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the CONTRACTOR shall make good such damage or injury in an acceptable manner 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The CONTRACTOR shall indemnify and save harmless the ENGINEER and the OWNER and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the CONTRACTOR, or on account of or in consequence of any neglect in safeguarding the work, or through use of unacceptable materials in constructing the work, or because of any act or omission, neglect, or misconduct of said CONTRACTOR, or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree Money due the CONTRACTOR under and by virtue of his or her contract considered necessary by the OWNER for such purpose may be retained for the use of the OWNER or, in case no money is due, his or her surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that effect furnished to the OWNER, except that money due the 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-39 Section 70 — Legal Relations and Responsibility to Public CONTRACTOR will not be withheld when the CONTRACTOR produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance In any and all claims against the OWNER or ENGINEER or any of their agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the CONTRACTOR to complete portions of the contract work for the beneficial occupancy of the OWNER prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans When so specified, the CONTRACTOR shall complete such portions of the work on or before the date specified or as otherwise specified The CONTRACTOR shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the OWNER as described below. Upon completion of any portion of the work listed above, such portion shall be accepted by the OWNER in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50 No portion of the work may be opened by the CONTRACTOR for public use until ordered by the ENGINEER in writing Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the ENGINEER, such portion of the work is in an acceptable condition to support the intended traffic Temporary or intermittent openings are considered to be inherent in the work and shall 50-14 not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the OWNER shall be repaired by the CONTRACTOR at his or her expense The CONTRACTOR shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. CONTRACTOR shall be required to conform to safety standards contained in AC 150/5370-2, (See Special Provisions) CONTRACTOR shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the ENGINEER'S final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50, the CONTRACTOR shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The CONTRACTOR shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the CONTRACTOR, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy, or of government authorities 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-40 Section 70 — Legal Relations and Responsibility to Public If the work is suspended for any cause whatever, the CONTRACTOR shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The CONTRACTOR shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense During such period of suspension of work, the CONTRACTOR shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the CONTRACTOR shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the OWNER to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the CONTRACTOR shall control their operations to prevent the unscheduled interruption of such utility services and facilities To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows Utility Service Yakima Air Terminal - McAllister Field Person to Contact Owner's Emergency (Name, Title, Address and Phone) Contact (Phone) Brian Carlenius (509) 370-5250 It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the CONTRACTOR of the responsibility to protect such existing features from damage or unscheduled interruption of service It is further understood and agreed that the CONTRACTOR shall, upon execution of the contract, notify the owners of all utility services or other facilities of his or her plan of operations Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section A copy of each notification shall be given to the ENGINEER. In addition to the general written notification provided, it shall be the responsibility of the CONTRACTOR to keep such individual OWNERS advised of changes in their plan of operations that would affect such OWNERS Prior to beginning the work in the general vicinity of an existing utility service or facility, the CONTRACTOR shall again notify each such owner of his or her plan of operation If, in the CONTRACTOR'S opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the OWNER is desirable to observe the work, such advice should be included in the notification Such notification shall be given by the most expeditious means to reach the utility OWNER'S PERSON TO CONTACT no later than two normal business days prior to the CONTRACTOR'S commencement of operations in such general vicinity The CONTRACTOR shall furnish a written summary of the notification to the ENGINEER. The CONTRACTOR'S failure to give the two days' notice shall be cause for the OWNER to suspend the CONTRACTOR'S operations in the general vicinity of a utility service or facility 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-41 Section 70 — Legal Relations and Responsibility to Public Where the outside limits of an underground utility service have been located and staked on the ground, the CONTRACTOR shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at such points as may be required to ensure protection from damage due to the CONTRACTOR'S operations Should the CONTRACTOR damage or interrupt the operation of a utility service or facility by accident or otherwise, the CONTRACTOR shall immediately notify the proper authority and the ENGINEER and shall take all reasonable measures to prevent further damage or interruption of service The CONTRACTOR, in such events, shall cooperate with the utility service or facility owner and the ENGINEER continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner The CONTRACTOR shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The OWNER reserves the right to deduct such costs from any monies due or which may become due the CONTRACTOR, or his or her surety 70-15.1 FAA FACILITIES AND CABLE RUNS. The CONTRACTOR is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The CONTRACTOR, during the execution of the project work, shall comply with the following a. The CONTRACTOR shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities b The CONTRACTOR shall provide notice to the FAA Air Traffic Organization (ATO)/Technical Operations/System Support Center (SSC) Point -of -Contact through the airport Owner a minimum of seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages c. If execution of the project work requires a facility outage, the CONTRACTOR shall contact the FAA Point -of -Contact a minimum of 72 hours prior to the time of the required outage d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the CONTRACTOR'S equipment or personnel whether by negligence or accident will require the CONTRACTOR to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements The CONTRACTOR shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA. e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point -of -Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point -of -Contact as a condition of acceptance by the OWNER. The CONTRACTOR is hereby advised that FAA restricts the location of where splices may be installed If a cable splice is required in a location that is not permitted by FAA, the CONTRACTOR shall furnish and install a sufficient length of new cable that eliminates the need for any splice 70-16 FURNISHING RIGHTS-OF-WAY. The OWNER will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the CONTRACTOR'S operations 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the ENGINEER, his or her authorized representatives, or any officials of the OWNER either personally or as an official of the OWNER. It is understood that in such matters they act solely as agents and representatives of the OWNER. 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-42 Section 70 — Legal Relations and Responsibility to Public 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the OWNER will expeditiously make final inspection and notify the CONTRACTOR of final acceptance Such final acceptance, however, shall not preclude or stop the OWNER from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the OWNER be precluded or stopped from recovering from the CONTRACTOR or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the CONTRACTOR to fulfill his or her obligations under the contract. A waiver on the part of the OWNER of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach The CONTRACTOR, without prejudice to the terms of the contract, shall be liable to the OWNER for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the OWNER'S rights under any warranty or guaranty 70-19 ENVIRONMENTAL PROTECTION. The CONTRACTOR shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The CONTRACTOR shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the CONTRACTOR is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior Should the CONTRACTOR encounter, during his or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the CONTRACTOR shall immediately cease operations in that location and notify the ENGINEER. The ENGINEER will immediately investigate the CONTRACTOR'S finding and will direct the CONTRACTOR to either resume operations or to suspend operations as directed Should the OWNER order suspension of the CONTRACTOR'S operations in order to protect an archaeological or historical finding, or order the CONTRACTOR to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90 If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80 END OF SECTION 70 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-43 Section 70 — Legal Relations and Responsibility to Public 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-44 Section 80 - Prosecution and Progress SECTION 80 - PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The OWNER will not recognize any subcontractor on the work. The CONTRACTOR shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the ENGINEER. The Contractor shall provide copies of all subcontracts to the Engineer The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. Should the CONTRACTOR elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the OWNER, and shall be consummated only on the written approval of the OWNER 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the CONTRACTOR will begin the construction and from which date contract time will be charged The CONTRACTOR shall begin the work to be performed under the contract within 10 days of the date set by the ENGINEER in the written notice to proceed, but in any event, the CONTRACTOR shall notify the ENGINEER at least 24 hours in advance of the time actual construction operations will begin The CONTRACTOR shall not commence any actual construction prior to the date on which the notice to proceed is issued by the OWNER. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the CONTRACTOR shall submit their progress schedule for the ENGINEER'S approval within 10 days after the effective date of the notice to proceed The CONTRACTOR'S progress schedule, when approved by the ENGINEER, may be used to establish major construction operations and to check on the progress of the work. The CONTRACTOR shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal If the CONTRACTOR falls significantly behind the submitted schedule, the CONTRACTOR shall, upon the ENGINEER'S request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule Should the execution of the work be discontinued for any reason, the CONTRACTOR shall notify the ENGINEER at least 24 hours in advance of resuming operations The CONTRACTOR shall not commence any actual construction prior to the date on which the notice to proceed is issued by the OWNER. 80-03.1 PRE -CONSTRUCTION CONFERENCE. Within ten (10) days after the effective date of the Agreement or as directed by the OWNER, but before the CONTRACTOR starts the Work at the site, a conference will be held for review and acceptance of the schedules referred to in subsection 80-03 Prosecution and Progress of the FAA General Provisions, to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work, including safety during construction. Presentation of a detailed project schedule is required. All subcontractors shall be in attendance. Failure to comply with these requirements may dictate an additional pre -construction conference prior to starting work at the cost of $1,500.00 to the CONTRACTOR to be deducted from the first partial payment. 80-03.2 WEEKLY PROJECT MEETINGS. The CONTRACTOR shall attend weekly project meetings with the ENGINEER and OWNER. The day, time, and location of the weekly meeting will be set at the Pre - Construction Conference. The CONTRACTOR shall submit their 2 week look ahead schedule and be prepared to discuss the project schedule, submittals, RFI's, and any project related issues at the weekly meeting 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-45 Section 80 - Prosecution and Progress 80-04 LIMITATION OF OPERATIONS. The CONTRACTOR shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the Air Operations Areas (AOA) of the airport. When the work requires the CONTRACTOR to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport management (through the ENGINEER) at least 48 hours prior to commencement of such work. The CONTRACTOR shall not close an AOA until so authorized by the ENGINEER and until the necessary temporary marking and associated lighting is in place as provided in the subsection70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70 When the contract work requires the CONTRACTOR to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the CONTRACTOR shall maintain constant communications as specified, immediately obey all instructions to vacate the AOA, immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the CONTRACTOR'S operations in the AOA until the satisfactory conditions are provided The following AOA cannot be closed to operating aircraft to permit the CONTRACTOR'S operations on a continuous basis and will, therefore, be closed to aircraft operations intermittently as follows: See Safety Plan Sheets. CONTRACTOR shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions) 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All CONTRACTORS' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2 The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities The CONTRACTOR shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the safety plan The CONTRACTOR shall implement all necessary safety plan measures prior to commencement of any work activity The CONTRACTOR shall conduct routine checks to assure compliance with the CSPP The CONTRACTOR is responsible to the OWNER for the conduct of all subcontractors it employs on the project. The CONTRACTOR shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures No deviation or modifications may be made to the approved CSPP unless approved in writing by the OWNER or ENGINEER. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The CONTRACTOR shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications All workers shall have sufficient skill and experience to perform properly the work assigned to them Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily Any person employed by the CONTRACTOR or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the ENGINEER, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the ENGINEER, be removed forthwith by the CONTRACTOR or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the ENGINEER. Should the CONTRACTOR fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the ENGINEER may suspend the work by written notice until compliance with such orders 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-46 Section 80 - Prosecution and Progress All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use When the methods and equipment to be used by the CONTRACTOR in accomplishing the work are not prescribed in the contract, the CONTRACTOR is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the ENGINEER. If the CONTRACTOR desires to use a method or type of equipment other than specified in the contract, he may request authority from the ENGINEER to do so The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change If approval is given, it will be on the condition that the CONTRACTOR will be fully responsible for producing work in conformity with contract requirements If, after trial use of the substituted methods or equipment, the ENGINEER determines that the work produced does not meet contract requirements, the CONTRACTOR shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The CONTRACTOR shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the ENGINEER may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection 80-06 TEMPORARY SUSPENSION OF THE WORK. The OWNER shall have the authority to suspend the work wholly, or in part, for such period or periods as the OWNER may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution of the work, or for such time as is necessary due to the failure on the part of the CONTRACTOR to carry out orders given or perform any or all provisions of the contract. In the event that the CONTRACTOR is ordered by the OWNER, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the CONTRACTOR has no control, the CONTRACTOR may be reimbursed for actual money expended on the work during the period of shutdown No allowance will be made for anticipated profits The period of shutdown shall be computed from the effective date of the OWNER'S order to suspend work to the effective date of the OWNER'S order to resume the work. Claims for such compensation shall be filed with the ENGINEER within the time period stated in the ENGINEER'S order to resume work. The CONTRACTOR shall submit with his or her claim information substantiating the amount shown on the claim The ENGINEER will forward the CONTRACTOR'S claim to the OWNER for consideration in accordance with local laws or ordinances No provision of this article shall be construed as entitling the CONTRACTOR to compensation for delays due to inclement weather, for suspensions made at the request of the CONTRACTOR, or for any other delay provided for in the contract, plans, or specifications If it should become necessary to suspend work for an indefinite period, the CONTRACTOR shall store all materials in such manner that they will not become an obstruction nor become damaged in any way The CONTRACTOR shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The CONTRACTOR shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the CONTRACTOR'S control, it shall be adjusted as follows 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-47 Section 80 - Prosecution and Progress CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the ENGINEER. The ENGINEER will furnish the CONTRACTOR a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK) The ENGINEER shall base his or her weekly statement of contract time charged on the following considerations (1) No time shall be charged for days on which the CONTRACTOR is unable to proceed with the principal item of work under construction at the time for at least six (6) hours with the normal work force employed on such principal item Should the normal work force be on a double - shift, 12 hours shall be used Should the normal work force be on a triple -shift, 18 hours shall apply Conditions beyond the CONTRACTOR'S control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the OWNER for reasons not the fault of the CONTRACTOR, shall not be charged against the contract time (2) The ENGINEER will not make charges against the contract time prior to the effective date of the notice to proceed The ENGINEER will begin charges against the contract time on the first working day after the effective date of the notice to proceed (4) The ENGINEER will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50 The CONTRACTOR will be allowed one week in which to file a written protest setting forth his or her objections to the ENGINEER'S weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the CONTRACTOR. (3) (5) The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20 Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days All calendar days elapsing between the effective dates of the OWNER'S orders to suspend and resume all work, due to causes not the fault of the CONTRACTOR, shall be excluded At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete If the CONTRACTOR finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-48 Section 80 - Prosecution and Progress subsection, The CONTRACTOR may, at any time prior to the expiration of the contract time as extended, make a written request to the OWNER for an extension of time setting forth the reasons that the CONTRACTOR believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period The CONTRACTOR'S plea that insufficient time was specified is not a valid reason for extension of time If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the CONTRACTOR, the OWNER may extend the time for completion by a change order that adjusts the contract time or completion date The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the CONTRACTOR or his or her surety Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the OWNER should the CONTRACTOR fail to complete the work in the time provided in their contract. SCHEDULE LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION TIME Phase 1 - 25 Days $2,500/Calendar Day 25 Working Days Phase 2 - 25 Days $2,500/Calendar Day 25 Working Days The maximum construction time allowed for Schedules) and 2 will be the sum of the time allowed for individual schedules but not more than 50 days Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The CONTRACTOR shall be considered in default of his or her contract and such default will be considered as cause for the OWNER to terminate the contract for any of the following reasons if the CONTRACTOR. a Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or b Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the CONTRACTOR unsatisfied for a period of 10 days, or h Makes an assignment for the benefit of creditors, or For any other cause whatsoever, fails to carry on the work in an acceptable manner 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-49 Section 80 - Prosecution and Progress Should the ENGINEER consider the CONTRACTOR in default of the contract for any reason above, the ENGINEER shall immediately give written notice to the CONTRACTOR and the CONTRACTOR'S surety as to the reasons for considering the CONTRACTOR in default and the OWNER'S intentions to terminate the contract. If the CONTRACTOR or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the OWNER will, upon written notification from the ENGINEER of the facts of such delay, neglect, or default and the CONTRACTOR'S failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the CONTRACTOR. The OWNER may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the ENGINEER will be required for the completion of said contract in an acceptable manner All costs and charges incurred by the OWNER, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the CONTRACTOR. If such expense exceeds the sum which would have been payable under the contract, then the CONTRACTOR and the surety shall be liable and shall pay to the OWNER the amount of such excess 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The OWNER shall terminate the contract or portion thereof by written notice when the CONTRACTOR is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started No claims or loss of anticipated profits shall be considered Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the CONTRACTOR. Acceptable materials, obtained or ordered by the CONTRACTOR for the work and that are not incorporated in the work shall, at the option of the CONTRACTOR, be purchased from the CONTRACTOR at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the ENGINEER. Termination of the contract or a portion thereof shall neither relieve the CONTRACTOR of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The CONTRACTOR shall obtain approval from the ENGINEER prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational The CONTRACTOR shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations All CONTRACTOR equipment and material stockpiles shall be stored a minimum or 250 -feet from the centerline of an active runway No equipment will be allowed to park within the approach area of an active runway at any time No equipment shall be within a minimum 250 -feet of an active runway at any time END OF SECTION 80 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-50 Section 90 — Measurement and Payment SECTION 90 - MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the ENGINEER, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0 8 square meters) or less Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the ENGINEER. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed In computing volumes of excavation the average end area method or other acceptable methods will be used The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch The term "ton" will mean the short ton consisting of 2,000 Ib (907 kilograms) avoirdupois All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the ENGINEER. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for However, car weights will not be acceptable for material to be passed through mixing plants Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the ENGINEER directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery When requested by the CONTRACTOR and approved by the ENGINEER in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes Factors for conversion from weight measurement to volume measurement will be determined by the ENGINEER and shall be agreed to by the CONTRACTOR before such method of measurement of pay quantities is used Bituminous materials will be measured by the gallon (liter) or ton When measured by volume, such volumes will be measured at 60°F (16° C) or will be corrected to the volume at 60°F (16°C) using ASTM D1250 for asphalts or ASTM D633 for tars Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-51 Section 90 — Measurement and Payment When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure Measurement will be based on nominal widths and thicknesses and the extreme length of each piece The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the ENGINEER in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of this section When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc , and these items are identified by guage, unit weight, section dimensions, etc , such identification will be considered to be nominal weights or dimensions Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the CONTRACTOR, or be certified permanently installed commercial scales Scales shall be accurate within %% of the correct weight throughout the range of use The CONTRACTOR shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1% of the nominal rated capacity of the scale, but not less than 1 pound (454 grams) The use of spring balances will not be permitted Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them Scale installations shall have available ten standard 50 -pound (2 3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end Temporary or portable scales shall be certified prior to weighing any materials used for incorporation into the project All scales used for purposes of weighing materials to be incorporated into the project shall have been certified within six (6) months of use on the project. Scale certification shall be performed in accordance with State Department of Transportation. The CONTRACTOR shall provide the current scale certification to the ENGINEER prior to delivery of any weighed materials to the project. Scale verification tests shall be conducted by the CONTRACTOR daily when items conveyed to the project for incorporation into the project are paid by the "ton" unit price. These shall include but not be limited to P- 154 Subbase, P-208 Aggregate Base Course, P-209 Crushed Aggregate Base Course, and P-401 Plant Mix Bituminous Pavements. 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-52 Section 90 — Measurement and Payment The CONTRACTOR shall designate a separate, certified, platform scale or a separate commercial platform scale, independent of the scale used for weighing construction materials, to be used for scale verification checks. Each batch, hopper or platform scale will be tested by routing a loaded truck onto a separate certified platform scale or a separate commercial plafform scale and comparing the weights. If such a separate scale is not reasonably available, the ENGINEER may approve a CONTRACTOR request to use an alternate method of scale verification checks. If scale verification checks shows the scale has been under weighing, it shall be adjusted immediately. The CONTRACTOR shall not be compensated for any loss from under weighing. If scale verification checks show the scale has been overweighing, its operation will cease immediately until adjusted. The ENGINEER will calculate the combined weight of all materials weighed after the last verification check showing accurate results. This combined weight will then be reduced for payment by the percentage of scale error that exceeds 0.5 -percent. In addition, the CONTRACTOR'S scale person shall maintain records of daily plafform scale checks and provide the records upon request by the ENGINEER. 90-01.1 TRUCKS AND WEIGH TICKETS. Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The CONTRACTOR shall provide tickets for self - printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket Number; 2. Date of haul; 3. Time of weighing; 4. Contract number; 5. Contract unit bid item; 6. Unit of measure; 7. Identification of hauling vehicle; and 8. Weight delivered; a. Net weight in the case of batch and hopper scales; b. Gross weight, tare and net weight in the case of platform scales (tare maybe omitted if a tare beam is used). The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted and no additional payment to the CONTRACTOR will be allowed for materials previously weighed and recorded All costs in connection with furnishing, installing, certifying, testing, and maintaining scales, for furnishing check weights and scale house, and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the ENGINEER. If revised dimensions result in an increase or decrease in the quantities of such work, the final 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-53 Section 90 — Measurement and Payment quantities for payment will be revised in the amount represented by the authorized changes in the dimensions 90-02 SCOPE OF PAYMENT. The CONTRACTOR shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70 When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the CONTRACTOR shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the CONTRACTOR which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection 40-03 titled OMITTED ITEMS of Section 40, the ENGINEER shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the OWNER. Should the ENGINEER omit or order nonperformance of a contract item or portion of such item from the work, the CONTRACTOR shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the ENGINEER'S order to omit or non -perform such contract item Acceptable materials ordered by the CONTRACTOR or delivered on the work prior to the date of the ENGINEER'S order will be paid for at the actual cost to the CONTRACTOR and shall thereupon become the property of the OWNER. In addition to the reimbursement hereinbefore provided, the CONTRACTOR shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the ENGINEER'S order Such additional costs incurred by the CONTRACTOR must be directly related to the deleted contract item and shall be supported by certified statements by the CONTRACTOR as to the nature the amount of such costs 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection 40-04 titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. 90-05.1 DETERMINATION OF COST FOR EXTRA OR FORCE ACCOUNT WORK. The term "Agreed Prices" means the sum of all costs necessarily incurred and paid by the CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by the OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items. 1. Payroll costs for employees in the direct employ of the CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by the OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits that shall include social security contributions, unemployment, excise 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-54 Section 90 — Measurement and Payment and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and supervisors at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by the OWNER. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to the CONTRACTOR unless the OWNER deposits funds with the CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to the OWNER. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to the OWNER and the CONTRACTOR shall make provisions so that they may be obtained. 3. Payments shall be made by the CONTRACTOR to the subcontractors for Work performed by subcontractors. If required by the OWNER, the CONTRACTOR shall obtain competitive bids from subcontractors acceptable to the CONTRACTOR and shall deliver such bids to the OWNER who will then determine, with the advice of the ENGINEER, which bids will be accepted. If a subcontract provides that the subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the subcontractor's Cost of the Work shall be determined in the same manner as the CONTRACTOR'S Cost of Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 4. Costs of special consultants including, but not limited to, ENGINEERS, architects, testing laboratories, surveyors, lawyers, and accounts employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of the CONTRACTOR'S employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed that remain the property of the CONTRACTOR. When the work is done under Force Account the equipment will be paid at the current Blue Book Rental Rate. c. Rentals of all construction equipment and machinery and the parts thereof whether rented from the CONTRACTOR or others in accordance with rental agreements approved by the OWNER with the advice of the ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, use, or similar taxes related to the Work, and for which the CONTRACTOR is liable, imposed by any governmental authority. e. Deposits lost for causes other than the CONTRACTOR'S negligence, royalty payments, and fees for permits and licenses. f. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by the CONTRACTOR in connection with the execution of the Work, provided they have resulted from causes other than the negligence of the CONTRACTOR, any subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of the OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining the CONTRACTOR'S Fee. If, however, any such loss or damage is justified and the CONTRACTOR is placed in charge thereof, the CONTRACTOR shall be paid for services a fee proportionate to that stated in subsection 90-05.1.7(b). 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-55 Section 90 — Measurement and Payment g. The cost of utilities, fuel, and sanitary facilities at the site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. i. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 6. The term "Agreed Price" shall not include any of the following: a. Payroll costs and other compensation of the CONTRACTOR'S officers, executives, principals (of partnership and sole proprietorships), general managers, ENGINEERS, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by the CONTRACTOR whether at the site or in his principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph "a" under subsection 90-05.1.1, all of which are to be considered administrative costs covered by the CONTRACTOR'S Fee. b. Expenses of the CONTRACTOR'S principal and branch offices other than the CONTRACTOR'S office at the site. c. Any part of the CONTRACTOR'S capital expenses, including interest on the CONTRACTOR'S capital employed for the Work and charges against the CONTRACTOR for delinquent payments. d. Cost of premiums for all Bonds and for all insurance whether or not the CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for additional Bonds and insurance required because of changes in the Work). e. Costs due to the negligence of the CONTRACTOR, any subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. f. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in subsection 90-05.1.1. 7. CONTRACTOR'S Fee: The Fee allowed to the CONTRACTOR for overhead and profit shall be determined as follows: a. mutually acceptable fixed fee; or if none can be agreed upon, b. a fee based on the following percentages of the various portions of the Cost of the Work: i. for costs incurred under subsection .90-05.1.1 and 90-05.1.2, the CONTRACTOR'S Fee shall be fifteen percent (15%). ii. for costs incurred under subsection 90-05.1.3, the CONTRACTOR'S Fee shall be five percent (5%); and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to the subcontractor as a fee for overhead and profit shall be ten percent (10%), and iii. no fee shall be payable on the basis of costs itemized under subsection 90-05.1.4, .90-05.1.5, and 90-05.1.6. 8. The amount of credit to be allowed by the CONTRACTOR to the OWNER for any such change, which results in a net decrease in costs, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any. 9. Adjustment of Unit Prices: Whenever the cost of any Work is to be determined pursuant to subsection 90-05.1, the CONTRACTOR will submit in a form acceptable to the ENGINEER an itemized cost breakdown together with supporting data. 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-56 Section 90 — Measurement and Payment Where the quantity of Work with respect to any item that is covered by a unit price differs materially and significantly from the quantity of such Work indicated in the Contract Documents, an appropriate Change Order shall be issued on recommendation of the ENGINEER to adjust the unit price. The limits of those items that are eligible for price adjustments are as specified in the SCOPE OF WORK of Section 40 and subsection 40-02 of the FAA GENERAL PROVISIONS. 10. Cash Allowance: It is understood that the CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such subcontractors, manufacturers, fabricators, suppliers or distributors and for such sums within the limit of the allowances as may be acceptable to the ENGINEER. Upon final payment, the Contract Price shall be adjusted as required and an appropriate Change Order issued. The CONTRACTOR agrees that the original Contract Price includes such sums as the CONTRACTOR deems proper for costs and profit on account of cash allowances. No demand for additional cost or profit in connection therewith will be valid. 90-06 PARTIAL PAYMENTS. Partial payments will be made to the CONTRACTOR at least once each month as the work progresses Said payments will be based upon estimates prepared by the ENGINEER of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section No partial payment will be made when the amount due the CONTRACTOR since the last estimate amounts to less than five hundred dollars The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed Retainage will not be withheld on this project. No retainage will be withheld by the Owner from progress payments due the prime contractor Retainage by the prime or subcontractors is prohibited, and no retainage will be held by the prime from progress due subcontractors When at least 95% of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done It is understood and agreed that the CONTRACTOR shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the ENGINEER to be a part of the final quantity for the item of work in question No partial payment shall bind the OWNER to the acceptance of any materials or work in place as to quality or quantity All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section The CONTRACTOR shall deliver to the OWNER a complete release of all claims for labor and material arising out of this contract before the final payment is made If any subcontractor or supplier fails to furnish such a release in full, the CONTRACTOR may furnish a bond or other collateral satisfactory to the OWNER to indemnify the OWNER against any potential lien or other such claim The bond or collateral shall include all costs, expenses, and attorney fees the OWNER may be compelled to pay in discharging any such lien or claim 90-06.1 APPLICATION FOR PARTIAL PAYMENT. At least ten (10) days before each partial payment falls due, but not more often than once a month, the CONTRACTOR shall submit to the ENGINEER for review an Application for Payment filled out and signed by the CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents and also as the ENGINEER may require, including certifications and submittals required by the contract. If payment is requested on the basis of materials and equipment not incorporated in the Work but 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-57 Section 90 — Measurement and Payment delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by such data, satisfactory to the OWNER, as will establish the OWNER'S title to the material and equipment and protect the OWNER'S interest therein, including applicable insurance. Each subsequent Application for Payment shall include an affidavit from the CONTRACTOR stating that all previous partial payments received on account for the Work have been applied to discharge in full all of the CONTRACTOR'S obligations reflected in prior Applications for Payment. The amount of retainage with respect to partial payments will be as stipulated in the Agreement. 90-06.2 REVIEW OF APPLICATIONS FOR PARTIAL PAYMENT. The ENGINEER will, within ten (10) calendar days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to the OWNER, or return the Application to the CONTRACTOR indicating in writing the ENGINEER'S reasons for refusing to recommend payment. In the latter case, the CONTRACTOR may make the necessary corrections and resubmit the Application. The OWNER shall, within thirty (30) days of presentation to him of the Application for Payment with the ENGINEER'S recommendation pay the CONTRACTOR the amount recommended. The ENGINEER'S recommendation of any payment requested in an Application for Payment will constitute a representation by the ENGINEER to the OWNER, based on the ENGINEER'S on-site observations of the Work in progress as an experienced and qualified design professional and on the ENGINEER'S review of the Application for payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of the ENGINEER'S knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning Project upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents and any qualifications stated in the recommendation; and that the CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment the ENGINEER will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work, or that the means, methods, techniques, sequences and procedures of construction have been reviewed or that any examination has been made to ascertain how or for what purpose the CONTRACTOR has used the moneys paid or to be paid to the CONTRACTOR on account of the Contract Price, or that title to any Work, materials or equipment has passed to the OWNER free and clear of any liens. The ENGINEER may refuse to recommend the whole or any part of any payment if, in his opinion, it would be incorrect to make such representations to the OWNER. He may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended to such extent as may be necessary in the ENGINEER'S opinion to protect the OWNER from loss because: 1. The Work is defective, or completed Work has been damaged requiring correction or replacement, 2. Written claims have been made against the OWNER or Liens have been filed in connection with the Work; 3. The Contract Price has been reduced because of Modifications; 4. The OWNER has been required to correct defective Work or complete the Work in accordance with subsection 80-09- Default and Termination of Contract in the FAA General Conditions; 5. Of the CONTRACTOR'S unsatisfactory prosecution of the Work in accordance with the Contract Documents or; 6. Of the CONTRACTOR'S failure to make payment to subcontractors, or for labor, materials or equipment. The OWNER shall withhold payment of a bid item pending receipt from the CONTRACTOR and timely review by the ENGINEER of Manufacturer/Supplier Certifications of Compliance or submittals, per the requirements in subsection 60-03 of the FAA General Provisions, on any component required in execution of work under that bid item. All payment shall be withheld on that bid item until all related Manufacturer/Supplier Certifications of Compliance and submittals have been received, reviewed and verified as meeting the compliance requirements 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-58 Section 90 — Measurement and Payment 90-06.3 ENGINEER PREPARED PARTIAL PAYMENTS. Partial payments will be prepared by the ENGINEER on a monthly basis or other increment of time as agreed to by the OWNER and CONTRACTOR. The deadline for submitting the monthly Partial payment to the OWNER will be established at the Pre -construction meeting. Measurement for quantities shall be in accordance with subsection 90-01 of the FAA General Provisions. The CONTRACTOR may be required to assist in preparing the Partial Payment. The CONTRACTOR shall provide written notification to the ENGINEER of any item quantity which cannot be resolved prior to the Partial payment submittal date to the OWNER. The written notification shall be received by the ENGINEER no later than 10 calendar days after the Progress Payment has been submitted to the OWNER. Payment for items may be withheld for reasons as set forth in subsection 90- 06.2 above. 90-07 PAYMENT FOR MATERIALS ON HAND Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the OWNER. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met. a. The material has been stored or stockpiled in a manner acceptable to the ENGINEER at or on an approved site b. The CONTRACTOR has furnished the ENGINEER with acceptable evidence of the quantity and quality of such stored or stockpiled materials c. The CONTRACTOR has furnished the ENGINEER with satisfactory evidence that the material and transportation costs have been paid d. The CONTRACTOR has furnished the OWNER legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled e. The CONTRACTOR has furnished the OWNER evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the OWNER'S payment for such stored or stockpiled materials shall in no way relieve the CONTRACTOR of his or her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used No partial payment will be made for stored or stockpiled living or perishable plant materials The CONTRACTOR shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection 90-08 PAYMENT OF WITHHELD FUNDS At the CONTRACTOR'S option, if an OWNER withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the CONTRACTOR may request that the OWNER deposit the retainage into an escrow account. The OWNER'S deposit of retainage into an escrow account is subject to the following conditions a. The CONTRACTOR shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the OWNER. b. The CONTRACTOR shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the OWNER and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The CONTRACTOR shall enter into an escrow agreement satisfactory to the OWNER. d. The CONTRACTOR shall obtain the written consent of the surety to such agreement. 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-59 Section 90 — Measurement and Payment 90-09 ACCEPTANCE AND FINAL PAYMENT When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the ENGINEER will prepare the final estimate of the items of work actually performed The CONTRACTOR shall approve the ENGINEER'S final estimate or advise the ENGINEER of the CONTRACTOR's objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The CONTRACTOR and the ENGINEER shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the CONTRACTOR'S receipt of the ENGINEER'S final estimate If, after such 30 -day period, a dispute still exists, the CONTRACTOR may approve the ENGINEER'S estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the OWNER as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50 The Engineer will notify the OWNER of final acceptance and initiate state review for payrolls, material bills, taxes, and that other indebtedness connected with the work have been paid. Once the State clearances and releases have been received by the Owner, final payment of retainage will be submitted for processing within 30 days. After the CONTRACTOR has approved, or approved under protest, the ENGINEER'S final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the CONTRACTOR less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the CONTRACTOR has filed a claim for additional compensation under the provisions of the subsection 50-16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the OWNER in accordance with local laws or ordinances Upon final adjudication of such claims, any additional payment determined to be due the CONTRACTOR will be paid pursuant to a supplemental final estimate The ENGINEER'S recommendation of final payment will constitute an additional representation by the ENGINEER to the OWNER that the conditions precedent to the CONTRACTOR'S being entitled to final payment as set forth in subsection 90-09 of the FAA General Provisions have been fulfilled. 90-10 CONSTRUCTION WARRANTY. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. c. The CONTRACTOR shall remedy at the CONTRACTOR's expense any failure to conform, or any defect. In addition, the CONTRACTOR shall remedy at the CONTRACTOR's expense any damage to OWNER real or personal property, when that damage is the result of. (1) The CONTRACTOR's failure to conform to contract requirements, or (2) Any defect of equipment, material, workmanship, or design furnished by the CONTRACTOR. d. The CONTRACTOR shall restore any work damaged in fulfilling the terms and conditions of this clause The CONTRACTOR's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The OWNER will notify the CONTRACTOR, in writing, within seven (7) days after the discovery of any failure, defect, or damage 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-60 Section 90 — Measurement and Payment f. If the CONTRACTOR fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the OWNER shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the CONTRACTOR's expense g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the CONTRACTOR shall (1) Obtain all warranties that would be given in normal commercial practice, (2) Require all warranties to be executed, in writing, for the benefit of the OWNER, as directed by the OWNER, and (3) Enforce all warranties for the benefit of the OWNER. h. This warranty shall not limit the OWNER's rights with respect to latent defects, gross mistakes, or fraud 90-11 PROJECT CLOSEOUT. Approval of final payment to the CONTRACTOR is contingent upon completion and submittal of the items listed below The final payment will not be approved until the ENGINEER approves the CONTRACTOR'S final submittal The CONTRACTOR shall a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP d. Complete all punch list items identified during the Final Inspection e. Provide complete release of all claims for labor and material arising out of the Contract. f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g. When applicable per state requirements, return copies of sales tax completion forms h. Manufacturer's certifications for all items incorporated in the work. i. All required record drawings, as -built drawings or as -constructed drawings j. Project Operation and Maintenance (O&M) Manual k. Provide Lien and Claim Release I. Security for Construction Warranty Provide Warranty of Construction Form m. Equipment commissioning documentation submitted, if required The CONTRACTOR'S obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by the ENGINEER, issuance of a certificate of Substantial Completion, issuance of a notice of acceptability, and correction of defective Work by the OWNER, payment by the OWNER to the CONTRACTOR, verbal or written acceptance by the OWNER, nor any use or occupancy of the Work or any part thereof by the OWNER shall constitute an acceptance of Work that is not in accordance with the Contract Documents. Further, none of the aforementioned items shall act as a release of the CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. END OF SECTION 90 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-61 Section 90 — Measurement and Payment 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-62 Section 100 — Contractor Quality Control Program SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the specification requires a Contractor Quality Control Program, the CONTRACTOR shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by the contract conform to contract plans, technical specifications and other requirements, whether manufactured by the CONTRACTOR, or procured from subcontractors or vendors Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the CONTRACTOR shall assume full responsibility for accomplishing the stated purpose The CONTRACTOR is directed to provide a quality control program (QCP). All costs associated with the QCP shall be borne by the CONTRACTOR and included in the price of other items of work. The ENGINEER has contracted with Budinger& Associates, Inc. to provide independent quality assurance. The intent of this section is to enable the CONTRACTOR to establish a necessary level of control that will a Adequately provide for the production of acceptable quality materials b Provide sufficient information to assure both the CONTRACTOR and the ENGINEER that the specification requirements can be met. c Allow the CONTRACTOR as much latitude as possible to develop his or her own standard of control The CONTRACTOR shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements The CONTRACTOR shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the ENGINEER No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements Acceptance testing requirements are the responsibility of the ENGINEER Paving projects over $500,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the ENGINEER, CONTRACTOR, subcontractors, testing laboratories, and OWNER'S representative and the FAA prior to or at start of construction The workshop shall address QC and QA requirements of the project specifications The CONTRACTOR shall coordinate with the Airport and the ENGINEER on time and location of the QC/QA workshop 100-02 DESCRIPTION OF PROGRAM a General Description. The CONTRACTOR shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the CONTRACTOR to establish an effective level of quality control b Quality Control Program. The CONTRACTOR shall describe the Quality Control Program in a written document that shall be reviewed and approved by the ENGINEER prior to the start of any production, construction, or off-site fabrication The written Quality Control Program shall be submitted to the ENGINEER for review and approval at least seven (7) calendar days before the start of work. The CONTRACTOR'S Quality Control Plan and Quality Control testing laboratory must be approved in writing by the ENGINEER prior to the Notice to Proceed (NTP) 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-63 Section 100 — Contractor Quality Control Program The Quality Control Program shall be organized to address, as a minimum, the following items a. Quality control organization, b. Project progress schedule, c. Submittals schedule, d. Inspection requirements, e. Quality control testing plan, f. Documentation of quality control activities, g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The CONTRACTOR is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 1 00-03a and 1 00-03b The organizational chart shall indicate which personnel are CONTRACTOR employees and which are provided by an outside organization The quality control organization shall, as a minimum consist of the following personnel a. Program Administrator The Program Administrator shall be a full-time employee of the CONTRACTOR, or a consultant engaged by the CONTRACTOR. The Program Administrator shall have a minimum of five L51 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the following requirements (1) Professional Engineer with one (1) year of airport paving experience (2) Engineer -in -training with two (2) years of airport paving experience (3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET) (5) Highway materials technician certified at Level III by NICET (6) Highway construction technician certified at Level III by NICET (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of highway and/or airport paving experience The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications The Program Administrator shall report directly to a responsible officer of the construction firm The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2) hours after being notified of a problem 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-64 Section 100 — Contractor Quality Control Program b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (2 )years of experience in their area of expertise The quality control technicians shall report directly to the Program Administrator and shall perform the following functions {1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06 (2) Performance of all quality control tests as required by the technical specifications and subsection 100-07 (3) Performance of density tests for the Engineer when required by the technical specifications Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification c. Staffing Levels. The CONTRACTOR shall provide sufficient qualified quality control personnel to monitor each work activity at all times Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location The scheduling and coordinating of all inspection and testing must match the type and pace of work activity The Quality Control Program shall state where different technicians will be required for different work elements 100-04 PROJECT PROGRESS SCHEDULE The CONTRACTOR shall submit a coordinated construction schedule for all work activities The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration The CONTRACTOR shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the CONTRACTOR of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE The CONTRACTOR shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications The listing can be developed in a spreadsheet format and shall include a. Specification item number; b. Item description, c Description of submittal, d Specification paragraph requiring submittal, and e Scheduled date of submittal 100-06 INSPECTION REQUIREMENTS Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below All inspections shall be documented by the CONTRACTOR as specified by subsection 100-07 Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-65 Section 100 — Contractor Quality Control Program a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition The Quality Control Program shall detail how these and other quality control functions will be accomplished and used b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified The Program shall document how these and other quality control functions will be accomplished and used 100-07 QUALITY CONTROL TESTING PLAN As a part of the overall Quality Control Program, the CONTRACTOR shall implement a quality control testing plan, as required by the technical specifications The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the CONTRACTOR deems necessary to adequately control production and/or construction processes The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following a. Specification item number (for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) J. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D3665 The ENGINEER shall be provided the opportunity to witness quality control sampling and testing All quality control test results shall be documented by the CONTRACTOR as required by subsection 100- 08 100-08 DOCUMENTATION The CONTRACTOR shall maintain current quality control records of all inspections and tests performed These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved, results of inspections or tests, nature of defects, deviations, causes for rejection, etc , proposed remedial action, and corrective actions taken These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the ENGINEER daily The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the CONTRACTOR'S Program Administrator Specific CONTRACTOR quality control records required for the contract shall include, but are not necessarily limited to, the following records 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-66 Section 100 — Contractor Quality Control Program a. Daily Inspection Reports. Each CONTRACTOR quality control technician shall maintain a daily log of all inspections performed for both CONTRACTOR and subcontractor These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following (1) Technical specification item number and description (2) (3) (4) (5) (6) (7) Compliance with approved submittals Proper storage of materials and equipment Proper operation of all equipment Adherence to plans and technical specifications Review of quality control tests Safety inspection The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator The ENGINEER shall be provided at least one copy of each daily inspection report on the work day following the day of record b. Daily Test Reports. The CONTRACTOR shall be responsible for establishing a system that will record all quality control test results Daily test reports shall document the following information (1) Technical specification item number and description (2) (3) (4) (5) (6) (7) (8) (9) Test designation Location Date of test Control requirements Test results Causes for rejection Recommended remedial actions Retests Test results from each days work period shall be submitted to the ENGINEER prior to the start of the next days work period When required by the technical specifications, the CONTRACTOR shall maintain statistical quality control charts The daily test reports shall be signed by the responsible quality control technician and the Program Administrator c. Weekly summary of Test Results. The CONTRACTOR shall submit a summary of the week's testing results on the following Monday of the previous week. The results shall be submitted weekly on a spreadsheet form provided by the ENGINEER. 100-09 CORRECTIVE ACTION REQUIREMENTS The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-67 Section 100 — Contractor Quality Control Program When applicable or required by the technical specifications, the CONTRACTOR shall establish and use statistical quality control charts for individual quality control tests The requirements for corrective action shall be linked to the control charts 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the ENGINEER at the point of production, manufacture or shipment to determine if the CONTRACTOR, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans In addition, all items of materials, equipment and work in place shall be subject to surveillance by the ENGINEER at the site for the same purpose Surveillance by the ENGINEER does not relieve the CONTRACTOR of performing quality control inspections of either on-site or off-site CONTRACTOR'S or subcontractor's work. 100-11 NONCOMPLIANCE a. The ENGINEER will notify the CONTRACTOR of any noncompliance with any of the foregoing requirements The CONTRACTOR shall, after receipt of such notice, immediately take corrective action Any notice, when delivered by the ENGINEER or his or her authorized representative to the CONTRACTOR or his or her authorized representative at the site of the work, shall be considered sufficient notice b In cases where quality control activities do not comply with either the CONTRACTOR'S Quality Control Program or the contract provisions, or where the CONTRACTOR fails to properly operate and maintain an effective Quality Control Program, as determined by the ENGINEER, the ENGINEER may. (1) Order the CONTRACTOR to replace ineffective or unqualified quality control personnel or subcontractors (2) Order the CONTRACTOR to stop operations until appropriate corrective actions are taken END OF SECTION 100 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-68 Section 105 - Mobilization SECTION 105 MOBILIZATION 105-1 DESCRIPTION This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items 105-1.1 POSTED NOTICES. Prior to commencement of construction activities the CONTRACTOR must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended, Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination These notices must remain posted until final acceptance of the work by the Owner 105-2 BASIS OF MEASUREMENT AND PAYMENT. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows a. With first pay request, 25% b When 25% or more of the original contract is earned, an additional 25% c. When 50% or more of the original contract is earned, an additional 40% d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10% END OF SECTION 105 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-69 Section 105 - Mobilization 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-70 Section 110 - Method of Estimating Percentage of Material Within Specification Limits SECTION 110 - METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter From these values, the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1 All specification limits specified in the technical sections shall be absolute values Test results used in the calculations shall be to the significant figure given in the test procedure There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested This uncertainty exists because all portions of the production material have the same probability to be randomly sampled The CONTRACTOR'S risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The OWNER'S risk is the probability that material produced at the rejectable quality level is accepted It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification b. Locate the random sampling position within the sublot in accordance with the requirements of the specification c Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification d. Find the sample average (X) for all sublot values within the lot by using the following formula X = (xi +X2+X3+...Xn) / n Where X = Sample average of all sublot values within a lot xi, x2 = Individual sublot values n = Number of sublots e Find the sample standard deviation (Sn) by use of the following formula: Sn = [(di2 + d22 + d32 + .dn2)/(n-1)]1/2 Where Sn = Sample standard deviation of the number of sublot values in the set di, d2 = Deviations of the individual sublot values xi, x2, from the average value X that is di = (xi - X), d2 = (x2 - X) dn=(xn-X) n = Number of sublots For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-71 Section 110 - Method of Estimating Percentage of Material Within Specification Limits QL=(X-L)/Sn Where L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements If the value of QL falls between values shown on the table, use the next higher value of PWL. g For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and QU by use of the following formulas QL=(X-L)/Sn and Qu=(U-X)/Sn Where L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu Determine the PWL by use of the following formula PWL = (Pu + - 100 Where PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 = 96 60 A-2 = 97 55 A-3 = 99 30 A-4 = 98 35 n=4 2. Calculate average density for the lot. X = (xi + x2 + x3 + .xn) / n X=(9660+9755+9930+9835)/4 X = 97 95% density 3. Calculate the standard deviation for the lot. Sn = [((96 60 - 97 95)2 + (97 55 - 97 95)2 +(99 30 -97 95)2 + (98 35 -97 95)2)) / (4 - 1)]h/2 Sn=[(1 82+016+1 82+016)/3]112 Sn=115 4. Calculate the Lower Quality Index QL for the lot. (L=96 3) QL=(X-L)/Sn QL = (97 95 - 96 30) / 1 15 QL = 1 4348 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-72 Section 110 - Method of Estimating Percentage of Material Within Specification Limits 5. Determine PWL by entering Table 1 with QL= 1 44 and n= 4 PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 = 5 00 A-2 = 3 74 A-3 = 2 30 A-4 = 3.25 2. Calculate the average air voids for the lot. X= (xi +x2+x3 n)/n X=(500+374+230+3.25)/4 X = 3 57% 3. Calculate the standard deviation Sn for the lot. Sn = [((3 57 - 5 00)2 + (3 57 - 3 74)2 + (3 57 - 2 30)2 + (3 57 -3.25)2) / (4 - 1)]1/2 Sn = [(2 04 + 0 03 + 1 62+010) / 3]1/2 Sn=112 4. Calculate the Lower Quality Index QL for the lot. (L= 2 0) QL=(X-L)/Sn QL = (3 57 - 2 00) / 1 12 QL = 1 3992 5. Determine PL by entering Table 1 with QL = 1 41 and n = 4 PL = 97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5 0) Qu = (U - X) / Sn Qu = (5 00 - 3 57) / 1 12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4 Pu = 93 8. Calculate Air Voids PWL PWL = (PL + Pu) - 100 PWL = (97 + 93) - 100 = 90 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-73 Section 110 - Method of Estimating Percentage of Material Within Specification Limits EXAMPLE OF OUTLIER CALCULATION (Reference ASTM E178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order A-3 = 99 30 A-4 = 98 35 A-2 = 97 55 A-1 = 96 60 2. Use n=4 and upper 5% significance level of to find the critical value for test criterion = 1 463 3. Use average density, standard deviation, and test criterion value to evaluate density measurements a. For measurements greater than the average If (measurement - average)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if (99 30 - 97 95) / 1 15 is greater than 1 463 Since 1 174 is less than 1 463, the value is not an outlier b. For measurements less than the average If (average - measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-1, check if (97 95 - 96 60) / 1 15 is greater than 1 463 Since 1 435 is less than 1 463, the value is not an outlier Note: In this example, a measurement would be considered an outlier if the density were Greater than (97 95 + 1 463 x 1 15) = 99 63% OR less than (97 95 - 1 463 x 1 15) = 96.27% 70-17-050/ Yakima Air Terminal — McAllister Field Revision Date (5-16) 2-74 Section 110 - Method of Estimating Percentage of Material Within Specification Limits Table 1 Table for Estimating Percent of Lot Within Limits (PWL Percent Within Limits (PL and Pr) Positive Values of Q (QL and Qt) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1 1541 1 4700 1 6714 1 8008 1 8888 1 952( 1 9994 2 0362 98 1 1524 1 4400 1 6016 1 6982 1 7612 1 8053 1 8379 1 8630 97 1 1496 1 4100 1 5427 1 6181 1 6661 1 6993 1 7235 1 7420 96 1 1456 1 3800 1 4897 1 5497 1 5871 1 6127 1 6313 1 6454 95 1 1405 1 3500 1 4407 1 4887 1 5181 1 5381 1 5525 1 5635 94 1 1342 1 3200 1 3946 1 4329 1 4561 1 4717 1 4829 1 4914 93 1 1269 1.2900 1 3508 1 3810 1 3991 1 4112 1 4199 1 4265 92 1 1184 1.2600 1 3088 1 3323 1 3461 1 3554 1 3620 1 3670 91 1 1089 1.2300 1.2683 1.2860 1.2964 1 3032 1 3081 1 3118 90 1 0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1 0864 1 1700 1 1909 1 1995 1.2043 1.2075 1.2098 1.2115 88 1 0736 1 1400 1 1537 1 1587 1 1613 1 1630 1 1643 1 1653 87 1 0597 1 1100 1 1173 1 1192 1 1199 1 1204 1 1208 1 1212 86 1 0448 1 0800 1 0817 1 0808 1 0800 1 0794 1 0791 1 0789 85 1 0288 1 0500 1 0467 1 0435 1 0413 1 0399 1 0389 1 0382 84 1 0119 1 0200 1 0124 1 0071 1 0037 1 0015 1 0000 0 9990 83 0 9939 0 9900 0 9785 0 9715 0 9671 0 9643 0 9624 0 9610 82 0 9749 0 9600 0 9452 0 9367 0 9315 0 9281 0 9258 0 9241 81 0 9550 0 9300 0 9123 0 9025 0 8966 0 8928 0 8901 0 8882 80 0 9342 0 9000 0 8799 0 8690 0 8625 0 8583 0 8554 0 8533 79 0 9124 0 8700 0 8478 0 8360 0 8291 0 8245 0 8214 0 8192 78 0 8897 0 8400 0 8160 0 8036 0 7962 0 7915 0 7882 0 7858 77 0 8662 0 8100 0 7846 0 7716 0 7640 0 7590 0 7556 0 7531 76 08417 07800 07535 07401 07322 07271 07236 07211 75 0 8165 0 7500 0 7226 0 7089 0 7009 0 6958 0 6922 0 6896 74 0 7904 0 7200 0 6921 0 6781 0 6701 0 6649 0 6613 0 6587 73 0 7636 0 6900 0 6617 0 6477 0 6396 0 6344 0 6308 0 6282 72 0 7360 0 6600 0 6316 0 6176 0 6095 0 6044 0 6008 0 5982 71 0 7077 0 6300 0 6016 0 5878 0 5798 0 5747 0 5712 0 5686 70 0 6787 0 6000 0 5719 0 5582 0 5504 0 5454 0 5419 0 5394 69 0 6490 0 5700 0 5423 0 5290 0 5213 0 5164 0 5130 0 5105 68 0 6187 0 5400 0 5129 0 4999 0 4924 0 4877 0 4844 0 4820 67 0.5878 0 5100 0 4836 0 4710 0 4638 0 4592 0 4560 0 4537 66 0.5563 0 4800 0 4545 0 4424 0 4355 0 4310 0 4280 0 4257 65 0.5242 0 4500 0 4255 0 4139 0 4073 0 4030 0 4001 0 3980 64 0 4916 0 4200 0 3967 0 3856 0 3793 0 3753 0 3725 0 3705 63 0 4586 0 3900 0 3679 0 3575 0 3515 0 3477 0 3451 0 3432 62 0 4251 0 3600 0 3392 0 3295 0 3239 0 3203 0 3179 0 3161 61 0.3911 0 3300 0 3107 0 3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0 3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 01971 01911 01877 01855 01840 01829 56 0.2164 01800 01688 01636 01607 01588 01575 01566 55 01806 01500 01406 01363 01338 01322 01312 01304 54 01447 01200 01125 01090 01070 01057 01049 01042 53 0 1087 0 0900 0 0843 0 0817 0 0802 0 0793 0 0786 0 0781 52 0 0725 0 0600 0 0562 0 0544 0 0534 0 0528 0 0524 0 0521 51 0 0363 0 0300 0 0281 0 0272 0 0267 0 0264 0 0262 0 0260 50 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 70-17-050/ Yakima Air Terminal - McAllister Field Revision Date (5-16) 2-75 Section 110 - Method of Estimating Percentage of Material Within Specification Limits Percent Within Limits (PL and Pu) Negative Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0 0363 -0 0300 -0 0281 -0 0272 -0 0267 -0 0264 -0 0262 -0 0260 48 -0 0725 -0 0600 -0 0562 -0 0544 -0 0534 -0 0528 -0 0524 -0 0521 47 -0 1087 -0 0900 -0 0843 -0 0817 -0 0802 -0 0793 -0 0786 -0 0781 46 -01447 -01200 -01125 -01090 -01070 -01057 -01049 -01042 45 -01806 -01500 -01406 -01363 -01338 -01322 -01312 -01304 44 -0.2164 -01800 -01688 -01636 -01607 -01588 -01575 -01566 43 -0.2519 -0.2100 -01971 -01911 -01877 -01855 -01840 -01829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0 4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0 4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0 4916 -0 4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0 4500 -0 4255 -0 4139 -0 4073 -0 4030 -0 4001 -0.3980 34 -0.5563 -0 4800 -0 4545 -0 4424 -0 4355 -0 4310 -0 4280 -0 4257 33 -0.5878 -0.5100 -0 4836 -0 4710 -0 4638 -0 4592 -0 4560 -0 4537 32 -0.6187 -0.5400 -0.5129 -0 4999 -0 4924 -0 4877 -0 4844 -0 4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0 6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0 7077 -0 6300 -0 6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0 7360 -0 6600 -0 6316 -0 6176 -0 6095 -0 6044 -0 6008 -0.5982 27 -0 7636 -0 6900 -0 6617 -0 6477 -0 6396 -0 6344 -0 6308 -0 6282 26 -0 7904 -0 7200 -0 6921 -0 6781 -0 6701 -0 6649 -0 6613 -0 6587 25 -0.8165 -0 7500 -0 7226 -0 7089 -0 7009 -0 6958 -0 6922 -0 6896 24 -0.8417 -0 7800 -0 7535 -0 7401 -0 7322 -0 7271 -0 7236 -0 7211 23 -0.8662 -0 8100 -0 7846 -0 7716 -0 7640 -0 7590 -0 7556 -0 7531 22 -0.8897 -0 8400 -0 8160 -0 8036 -0 7962 -0 7915 -0 7882 -0 7858 21 -0.9124 -0 8700 -0 8478 -0 8360 -0 8291 -0 8245 -0 8214 -0 8192 20 -0.9342 -0.9000 -0 8799 -0 8690 -0 8625 -0 8583 -0 8554 -0 8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0 8966 -0 8928 -0 8901 -0 8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -10119 -10200 -10124 -10071 -10037 -10015 -10000 -0.9990 15 -10288 -10500 -10467 -10435 -10413 -10399 -10389 -10382 14 -10448 -10800 -10817 -10808 -10800 -10794 -10791 -10789 13 -10597 -11100 -11173 -11192 -11199 -11204 -11208 -11212 12 -10736 -11400 -11537 -11587 -11613 -11630 -11643 -11653 11 -1 0864 -1 1700 -1 1909 -1 1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1 0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -11089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -11184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -11269 -1.2900 -1.3508 -1.3810 -1.3991 -14112 -14199 -14265 6 -11342 -1.3200 -1.3946 -14329 -14561 -14717 -14829 -14914 5 -1 1405 -1.3500 -1 4407 -1 4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1 1456 -1.3800 -1 4897 -1.5497 -1.5871 -1 6127 -1 6313 -1 6454 3 -11496 -14100 -1.5427 -16181 -16661 -16993 -17235 -17420 2 -11524 -14400 -16016 -16982 -17612 -18053 -18379 -18630 1 -1 1541 -1 4700 -1 6714 -1 8008 -1 8888 -1.9520 -1.9994 -2.0362 END OF SECTION 110 70-17-050/ Yakima Air Terminal - McAllister Field Revision Date (5-16) 2-76 SECTION 3 - FEDERAL CLAUSES CONTRACTOR NOTE: All Federal clauses in their entirety, shall be incorporated into any subcontracts. Provide a copy of all subcontracts to the Engineer prior to any subcontracting work FAA Updates Issued December 12, 2017 Federal Clauses U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM SECTION 3 - FEDERAL CLAUSES 1 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION 3-1 BREACH OF CONTRACT TERMS - 49 CFR PART 18 36 3-1 TERMINATION OF CONTRACT — 49 CFR PART 18 36(i)(2) 3-2 GENERAL CIVIL RIGHTS PROVISIONS 3-2 CIVIL RIGHTS ACT OF 1964, TITLE VI — 49 CFR PART 21 3-3 DISADVANTAGED BUSINESS ENTERPRISES — 49 CFR PART 26 3-4 DAVIS BACON REQUIREMENTS - 29 CFR PART 5 3-7 COPELAND "ANTI -KICKBACK" ACT 3-11 TEXTING WHEN DRIVING 3-11 CONTRACT WORK HOURS & SAFETY STANDARDS ACT REQUIREMENTS 3-12 CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT) 3-12 CERTIFICATE OF LOWER TIER CONTRACTORS REGARDING DEBARMENT 3-13 CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS 3-13 ACCESS TO RECORDS AND REPORTS — 49 CFR PART 18 36(i) 3-13 EQUAL EMPLOYMENT OPPORTUNITY — 41 CFR PART 60-1 4 3-14 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 3-14 PROHIBITION OF SEGREGATED FACILITIES 3-18 VETERAN'S PREFERENCE — TITLE 49 U S C 47112(c) 3-18 BUY AMERICAN CERTIFICATION — TITLE 49 U S C 50101 3-19 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 3-22 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 3-22 ENERGY CONSERVATION - 49 CFR PART 18 36 3-22 CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS — 49 CFR Part 18 36(i)(12) 3-23 TRADE RESTRICTION CLAUSE — 49 CFR PART 30 13 3-23 PROCUREMENT OF RECOVERED MATERIALS 3-24 70-17-050 / Yakima Air Terminal — McAllister Field 3-i FAA Revision Date 2-18 Federal Clauses NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION 1 The Offerors or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein 2 The goals and timetables for minority and female participation, expressed in percentage terms for the contractors aggregate workforce in each trade on all construction work in the covered area, are as follows A. Timetables B Goals for minority participation for each trade (0%) C Goals for female participation in each trade (0%) These goals are applicable to all of the contractors construction work (whether or not it is Federal or federally -assisted) performed in the covered area If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed With regard to this second area, the contractor also is subject to the goals for both its federally involved and non -federally involved construction The contractors compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4 3(a), and its efforts to meet the goals The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractors goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4 Compliance with the goals will be measured against the total work hours performed 3 The contractor shall provide written notification to the Director, Office of Federal Contract Compliance Programs (OFCCP), within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract, estimated starting and completion dates of subcontract, and the geographical area in which the subcontract is to be performed 4 As used in this notice and in the contract resulting from this solicitation, the "covered area" is Yakima, Washington BREACH OF CONTRACT TERMS - 49 CFR PART 18.36 Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner's notice will identify a specific date by which the Contractor must correct the breach Owner may proceed with termination of the contract if the Contractor fails to correct the breach by deadline indicated in the Owner's notice The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law 70-17-050 / Yakima Air Terminal — McAllister Field 3-1 Revision Date 2-18 Federal Clauses TERMINATION OF CONTRACT — 49 CFR PART 18.36(i)(2) Termination for Convenience (Construction Contracts) The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor Such action may be without cause and without prejudice to any other right or remedy of Owner Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause 1 Contractor must immediately discontinue work as specified in the written notice 2 Terminate all subcontracts to the extent they relate to the work terminated under the notice 3 Discontinue orders for materials and services except as directed by the written notice 4 Deliver to the owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice 5 Complete performance of the work not terminated by the notice 6 Take action as directed by the owner to protect and preserve property and work related to this contract that Owner will take possession Owner agrees to pay Contractor for a) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination, b) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work, c) reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers, and d) reasonable and substantiated expenses to the contractor directly attributable to Owner's termination action Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner's termination action The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. Termination for Default (Construction) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights and remedies associated with Owner termination of this contract due default of the Contractor GENERAL CIVIL RIGHTS PROVISIONS The contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance This provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964 70-17-050 / Yakima Air Terminal — McAllister Field 3-2 Revision Date 2-18 Federal Clauses CIVIL RIGHTS ACT OF 1964, TITLE VI — 49 CFR PART 21 COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities, and instructions Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to a Withholding payments to the contractor under the contract until the contractor complies, and/or b Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States Title VI List of Pertinent Nondiscrimination Authorities (Source Appendix E of Appendix 4 of FAA Order 1400 11, Nondiscrimination in Federally -Assisted Programs at the Federal Aviation Administration) During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities, including but not limited to 70-17-050 / Yakima Air Terminal — McAllister Field 3-3 Revision Date 2-18 Federal Clauses • Title VI of the Civil Rights Act of 1964 (42 U S C § 2000d et seq , 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin), • 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964), • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U S C § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects), • Section 504 of the Rehabilitation Act of 1973, (29 U S C § 794 et seq), as amended, (prohibits discrimination on the basis of disability), and 49 CFR part 27, • The Age Discrimination Act of 1975, as amended, (42 U S C § 6101 et seq), (prohibits discrimination on the basis of age), • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex), • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not), • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U S C §§ 12131 – 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38, • The Federal Aviation Administration's Non-discrimination statute (49 U S C § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex), • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations, • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP) To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed Reg at 74087 to 74100), • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U S C 1681 et seq ) • DISADVANTAGED BUSINESS ENTERPRISES – 49 CFR PART 26 Contract Assurance (§ 26.13) - The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation -assisted contracts Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Owner deems appropriate, which may include, but is not limited to 1) Withholding monthly progress payments, 2) Assessing sanctions, 3) Liquidated damages, and/or 4) Disqualifying the Contractor from future bidding as non -responsible Prompt Payment (§26.29))- The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment 70-17-050 / Yakima Air Terminal — McAllister Field 3-4 Revision Date 2-18 Federal Clauses the prime contractor receives from 30 The prime contractor agrees further to return retainage payments to each subcontractor within 30} days after the subcontractor's work is satisfactorily completed Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Yakima} This clause applies to both DBE and non -DBE subcontractors Race/Gender Neutral The requirements of 49 CFR part 26 apply to this contract. It is the policy of the [Insert Name of Owner] to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership LETTER OF INTENT Name of Bidder's Firm Bidder's Address City. State Zip Name of DBE Firm Address City. State Zip Telephone (including area code) Description of work to be performed by DBE firm Bidder intends to utilize the above-named minority firm for the work described above The estimated amount of work is valued at $ If the above-named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. (Copy this page for each minority subcontractor) 70-17-050 / Yakima Air Terminal — McAllister Field 3-5 Revision Date 2-18 Federal Clauses Bidders List All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below Firm Name Address Certified DB (Y or N) Aqe of Firm GRS* Note This form is not necessary if the recipient establishes a bidders list using another methodology (e g , statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc) as defined in the recipient's DBE plan *GRS — Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million 70-17-050 / Yakima Air Terminal — McAllister Field 3-6 Revision Date 2-18 DAVIS BACON REQUIREMENTS - 29 CFR PART 5 1. Minimum Wages Federal Clauses (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section, also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5 5(a)(4) Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met. (1) The work to be performed by the classification requested is not performed by a classification in the wage determination, and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U S Department of Labor, Washington, D C 20210 The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary 70-17-050 / Yakima Air Terminal — McAllister Field 3-7 Revision Date 2-18 Federal Clauses (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program 2. Withholding. The Federal Aviation Administration or the sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased 3. Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid Whenever the Secretary of Labor has found under 29 CFR 5 5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5 5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of the employee's social security number) The required weekly payroll information may be submitted in any form desired Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site The prime contractor is responsible 70-17-050 / Yakima Air Terminal — McAllister Field 3-8 Revision Date 2-18 Federal Clauses for the submission of copies of payrolls by all subcontractors Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner) (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR § 5 5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5 5 (a)(3)(i) and that such information is correct and complete, (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3, (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5 12 4. Apprentices and Trainees. (i) Apprentices Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U S Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed In addition, any apprentice performing 70-17-050 / Yakima Air Terminal — McAllister Field 3-9 Revision Date 2-18 Federal Clauses work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractors or subcontractor's registered program shall be observed Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved (ii) Trainees Except as provided in 29 CFR 5 16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U S Department of Labor, Employment and Training Administration The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved (iii) Equal Employment Opportunity The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30 5. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5 5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5 5 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5 12 70-17-050 / Yakima Air Terminal — McAllister Field 3-10 Revision Date 2-18 Federal Clauses 8. Compliance With Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7 Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U S Department of Labor, or the employees or their representatives 10. Certification of Eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractors firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5 12(a)(1) (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5 12(a)(1) (iii) The penalty for making false statements is prescribed in the U S Criminal Code, 18 U S C 1001 All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers The Contractor has full responsibility to monitor compliance to the referenced statute or regulation The Contractor must address any claims or disputes that arise from this requirement directly with the U S Department of Labor — Wage and Hour Division COPELAND "ANTI -KICKBACK" ACT Contractor must comply with the requirements of the Copeland "Anti -Kickback" Act (18 U S C 874 and 40 U S C 3145), as supplemented by Department of Labor regulation 29 CFR part 3 Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled The Contractor and each Subcontractor must submit to the Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Federal Aviation Administration TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902 10 "Text Messaging While Driving" (12/30/2009), FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The 70-17-050 / Yakima Air Terminal — McAllister Field 3-11 Revision Date 2-18 Federal Clauses Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. CONTRACT WORK HOURS & SAFETY STANDARDS ACT REQUIREMENTS 29 CFR PART 5.5 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 of this clause 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction 70-17-050 / Yakima Air Terminal — McAllister Field 3-12 Revision Date 2-18 Federal Clauses CERTIFICATE OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by. 1 Checking the System for Award Management at website http.//www.sam gov 2 Collecting a certification statement similar to the Certification of Offerer/Bidder Regarding Debarment, above 3 Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The applicant must complete the following two certification statements The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (❑) in the space following the applicable response The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts Certifications The applicant represents that it is ( ) is not (X) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability The applicant represents that it is ( ) is not X) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made Term Definitions Felony conviction Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U S code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U S C § 3559 Tax Delinquency. A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. ACCESS TO RECORDS AND REPORTS — 49 CFR PART 18.36(i) 70-17-050 / Yakima Air Terminal — McAllister Field 3-13 Revision Date 2-18 Federal Clauses The Contractor must maintain an acceptable cost accounting system The Contractor agrees to provide the Sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed EQUAL EMPLOYMENT OPPORTUNITY — 41 CFR PART 60-1.4 During the performance of this contract, the contractor agrees as follows 1 The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin Such action shall include, but not be limited to the following Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause 2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin 3 The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4 The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor 5 The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders 6 In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or Federally -assisted construction contracts in accordance with procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law 7 The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 70-17-050 / Yakima Air Terminal — McAllister Field 3-14 Revision Date 2-18 Federal Clauses 1 As used in these specifications a "Covered area" means the geographical area described in the solicitation from which this contract resulted, b "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U S Department of Labor, or any person to whom the Director delegates authority; c "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U S Treasury Department Form 941, d "Minority" includes (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin), (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race), (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands), and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification) 2 Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted 3 If the contractor is participating (pursuant to 41 CFR 60-4 5) in a Hometown Plan approved by the U S Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractors or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables 4 The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified 5 Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractors obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto 70-17-050 / Yakima Air Terminal — McAllister Field 3-15 Revision Date 2-18 Federal Clauses 6 In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities Trainees shall be trained pursuant to training programs approved by the U S Department of Labor 7 The contractor shall take specific affirmative actions to ensure equal employment opportunity The evaluation of the contractors compliance with these specifications shall be based upon its effort to achieve maximum results from its actions The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following a Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractors employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractors obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities b Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses c Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken d Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractors efforts to meet its obligations e Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractors employment needs, especially those programs funded or approved by the Department of Labor The contractor shall provide notice of these programs to the sources compiled under 7b above f Disseminate the contractors EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations, by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc., by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed g Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter h Disseminate the contractors EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing 70-17-050 / Yakima Air Terminal — McAllister Field 3-16 Revision Date 2-18 Federal Clauses the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business i Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students, and to minority and female recruitment and training organizations serving the contractors recruitment area and employment needs Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process j Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractors workforce k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3 I Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc , such opportunities m Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractors obligations under these specifications are being carried out. n Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes o Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations p Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractors EEO policies and affirmative action obligations 8 Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p) The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractors minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor The obligation to comply, however, is the contractors and failure of such a group to fulfill an obligation shall not be a defense for the contractors noncompliance 9 A single goal for minorities and a separate single goal for women have been established The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized 10 The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin 70-17-050 / Yakima Air Terminal — McAllister Field 3-17 Revision Date 2-18 Federal Clauses 11 The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246 12 The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended 13 The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 18 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4 8 14 The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e g , mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records 15 Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e g , those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program) PROHIBITION OF SEGREGATED FACILITIES (a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract. VETERAN'S PREFERENCE — TITLE 49 U.S.C. 47112(c) In the employment of labor (except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States 70-17-050 / Yakima Air Terminal — McAllister Field 3-18 Revision Date 2-18 Federal Clauses Code, Section 47112 However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates BUY AMERICAN CERTIFICATION — TITLE 49 U.S.C. 50101 The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25 108, or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy American certification included herein with their bid or offer The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance Type of Certification is based on Type of Project: There are two types of Buy American certifications • For projects for a facility, the Certificate of Compliance Based on Total Facility (Terminal or Building Project) must be submitted For all other projects, the Certificate of Compliance Based on Equipment and Materials Used on the Project (Non -building construction projects such as runway or roadway construction, or equipment acquisition projects) must be submitted Certificate of Buy American Compliance for Manufactured Products (Non -building construction projects, equipment acquisition projects) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements These statements are mutually exclusive Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X" ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by. a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25 108 By selecting this certification statement, the bidder or offeror agrees 1 To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2 To faithfully comply with providing US domestic product 3 To furnish US domestic product for any waiver request that the FAA rejects 4 To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b) By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees 1 To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested 70-17-050 / Yakima Air Terminal — McAllister Field 3-19 Revision Date 2-18 Federal Clauses 2 That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal 3 To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4 To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item" The required documentation for a type 3 waiver is a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25 108, products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture c) Percentage of non-domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25% The required documentation for a type 4 of waiver is a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code Date Signature Company Name Title 70-17-050 / Yakima Air Terminal — McAllister Field 3-20 Revision Date 2-18 Federal Clauses Certificate of Buy American Compliance for Total Facility (Buildings such as Terminal, SRE, ARFF, etc.) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one of the following certification statements These statements are mutually exclusive Bidder must select one or the other (i e not both) by inserting a checkmark (✓) or the letter "X" ❑ Bidder or offeror hereby certifies that it will comply with 49 USC 50101 by. a) Only installing steel and manufactured products produced in the United States, or b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25 108 By selecting this certification statement, the bidder or offeror agrees 1 To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2 To faithfully comply with providing US domestic products 3 To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b) By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees 1 To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested 2 That failure to submit the required documentation within the specified timeframe is cause fora non-responsive determination may results in rejection of the proposal 3 To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4 To furnish US domestic product for any waiver request that the FAA rejects 5 To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified Required Documentation Type 3 Waiver - The cost of components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "facility" The required documentation for a type 3 waiver is a) Listing of all manufactured products that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25 108, products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location c) Percentage of non-domestic component and subcomponent cost as compared to total "facility" component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25% The required documentation for a type 4 of waiver is a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code 70-17-050 / Yakima Air Terminal — McAllister Field 3-21 Revision Date 2-18 Federal Clauses Date Signature Company Name Title LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that. (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions (3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U S Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910) Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U S Department of Labor — Occupational Safety and Health Administration ENERGY CONSERVATION - 49 CFR PART 18.36 Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U S C 6201 et seq) 70-17-050 / Yakima Air Terminal — McAllister Field 3-22 Revision Date 2-18 Federal Clauses CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS — 49 CFR Part 18.36(i)(12) Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U S C § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U S C § 1251- 1387) The Contractor agrees to report any violation to the Owner immediately upon discovery The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration Contractor must include this requirement in all subcontracts that exceeds $150,000 TRADE RESTRICTION CLAUSE — 49 CFR PART 30.13 The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it. a is not owned or controlled by one or more citizens of a foreign country included in the list of countries 'that discriminate against U S firms published by the Office of the United States Trade Representative (USTR), b has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens of nationals of a foreign country on said list; c has not procured any product or subcontracted for the supply of any product for use on the Federal public works project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30 17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances This certification is a material representation of fact upon which reliance was placed when making the award If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings This certification concerns a matter within the jurisdiction of an agency of the United States of America and making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001 70-17-050 / Yakima Air Terminal — McAllister Field 3-23 Revision Date 2-18 Federal Clauses PROCUREMENT OF RECOVERED MATERIALS Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247 In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use of products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever a) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or, b) The contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year The list of EPA -designated items is available at www e pa gov/epawaste/conserve/tools/cpglproducts/ Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if the contractor can demonstrate the item is Required Contact Provisions Issued on January 29, 2016 Page 56 AIP Grants and Obligated Sponsors Airports (ARP) a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule, b) Fails to meet reasonable contract performance requirements, or c) Is only available at an unreasonable price 70-17-050 / Yakima Air Terminal — McAllister Field 3-24 Revision Date 2-18 SECTION 4 - FEDERAL WAGES Page 1 of 52 General Decision Number: WA180001 03/16/2018 WA1 Superseded General Decision Number: WA20170001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 1 01/12/2018 2 02/23/2018 3 03/16/2018 CARP0001-008 06/01/2017 Rates Fringes CARPENTER GROUP 1 $ 32.32 16.14 GROUP 2 $ 43.42 18.44 GROUP 3 $ 33.41 16.14 https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 2 of 52 GROUP 4 $ 32.32 16.14 GROUP 5 $ 75.16 16.14 GROUP 6 $ 36.58 16.14 GROUP 7 $ 37.58 16.14 GROUP 8 $ 34.41 16.14 GROUP 9 $ 40.58 16.14 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender/Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 3 of 52 CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 4 of 52 LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. CARP0003-006 10/01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 5 of 52 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of ZONE 3: miles of ZONE 4: miles of ZONE 5: miles of ZONE 6: the respective city of the Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than city of the above mentioned cities above mentioned cities 40 miles and less than 50 above mentioned cities 50 miles and less than 60 above mentioned cities. 60 miles and less than 70 above mentioned cities 70 miles of the respected CARP0770-003 06/01/2015 CARPENTER CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL CARPENTERS DIVERS TENDER DIVERS MILLWRIGHT AND MACHINE ERECTORS PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 Rates $ 40.46 $ 40.36 $ 35.02 $ 73.44 $ 41.86 Fringes 13.66 13.66 14.00 14.00 13.66 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 6 of 52 CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Zone Pay: 0 -25 radius 26-35 radius 36-45 radius 46-55 radius miles miles miles miles Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Free $1.00/hour $1.15/hour $1.35/hour Over 55 radius miles $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour CARP0770-006 06/01/2016 Rates CARPENTER WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north Fringes https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS $ 40.92 CARPENTERS ON CREOSOTE MATERIAL $ 40.46 CARPENTERS $ 40.92 DIVERS TENDER $ 44.67 DIVERS $ 93.56 MILLWRIGHT AND MACHINE ERECTORS $ 41.86 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 Page 7 of 52 14.59 13.66 14.59 13.66 13.66 13.66 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Zone Pay: 0 -25 radius 26-35 radius 36-45 radius 46-55 radius miles miles miles miles Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 8 of 52 Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ELEC0046-001 02/05/2018 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER $ 46.87 3%+15.96 ELECTRICIAN $ 50.09 3%+20.21 * ELEC0048-003 01/01/2018 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 42.60 22.75 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. * ELEC0048-029 01/01/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 COWLITZ AND WAHKIAKUM COUNTY Page 9 of 52 Rates Fringes CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 42.60 22.75 ELEC0073-001 01/01/2018 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER $ 34.10 16.68 ELECTRICIAN $ 33.25 18.40 * ELEC0076-002 01/01/2018 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 40.05 24.49 ELECTRICIAN $ 40.78 23.01 ELEC0112-005 06/01/2017 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 42.95 20.06 ELECTRICIAN $ 40.90 20.06 ELEC0191-003 06/01/2017 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 10 of 52 CABLE SPLICER $ 44.23 17.73 ELECTRICIAN $ 43.45 19.69 ELEC0191-004 06/01/2017 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER $ 40.82 17.63 ELECTRICIAN $ 40.65 19.59 ENG10302-003 06/01/2017 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR Group 1A $ 41.90 19.20 Group 1AA $ 42.52 19.20 Group 1AAA $ 43.13 19.20 Group 1 $ 41.29 19.20 Group 2 $ 40.76 19.20 Group 3 $ 40.29 19.20 Group 4 $ 37.70 19.20 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 11 of 52 GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP TA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 12 of 52 GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class H-3 Class H-4 Class II C II IID II IIT TT Suit - Base wage rate plus $ .25 per hour. Suit - Base wage rate plus $ .50 per hour. Suit - Base wage rate plus $ .75 per hour. ENG10370-002 06/01/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 13 of 52 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 $ 27.11 15.20 GROUP 2 $ 27.43 15.20 GROUP 3 $ 28.04 15.20 GROUP 4 $ 28.20 15.20 GROUP 5 $ 28.36 15.20 GROUP 6 $ 28.64 15.20 GROUP 7 $ 28.91 15.20 GROUP 8 $ 30.01 15.20 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler -Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 14 of 52 electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 15 of 52 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 16 of 52 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead, rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENG10612-012 06/01/2014 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A $ 38.39 17.40 GROUP IAA $ 38.96 17.40 GROUP lAAA $ 39.52 17.40 GROUP 1 $ 37.84 17.40 GROUP 2 $ 37.35 17.40 GROUP 3 $ 36.93 17.40 GROUP 4 $ 34.57 17.40 Zone Differential (Add to Zone 1 rates): https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 17 of 52 Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP TA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 18 of 52 off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 19 of 52 compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class "D" Suit wage rate plus $ H-2 Class "C" Suit H-3 Class "B" Suit H-4 Class "A" Suit .50 per hour. - Base wage rate plus - Base wage rate plus - Base wage rate plus - Base $1.00 per hour. $1.50 per hour. $2.00 per hour. ENG10701-002 01/01/2018 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 $ 41.65 14.35 GROUP lA $ 43.73 14.35 GROUP 1B $ 45.82 14.35 GROUP 2 $ 39.74 14.35 GROUP 3 $ 38.59 14.35 GROUP 4 $ 37.51 14.35 GROUP 5 $ 36.27 14.35 GROUP 6 $ 33.05 14.35 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 20 of 52 Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 21 of 52 Helicopter when used in erecting work Group TA Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type); Asphalt Roto -Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or "Trimmer"; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and/or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 22 of 52 work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120, 000) lbs. Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto -Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable -Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi -engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel -Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade -all; Guardrail https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 23 of 52 Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self -unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired Dozers and Pushers; Scraper, all types; Side -Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber -tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto -Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 24 of 52 rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self -Propelled; Tractor, Rubber -Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler -Driver * IRON0014-005 07/01/2017 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates IRONWORKER $ 32.64 Fringes 25.06 IRON0029-002 07/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Rates IRONWORKER $ 34.12 Page 25 of 52 Fringes 23.04 * IRON0086-002 07/01/2017 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER $ 32.64 25.06 * IRON0086-004 07/01/2017 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER $ 40.52 25.21 LAB00238-004 06/01/2017 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1 $ 24.66 GROUP 2 $ 26.76 GROUP 3 $ 27.03 GROUP 4 $ 27.30 GROUP 5 $ 27.58 LABORER (SPOKANE) GROUP 1 $ 24.66 GROUP 2 $ 26.76 GROUP 3 $ 27.03 GROUP 4 $ 27.30 GROUP 5 $ 27.58 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 11.30 https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 26 of 52 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 27 of 52 position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) LAB00238-006 06/01/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 28 of 52 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 26.76 11.30 LAB00252-010 06/01/2017 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES Rates Fringes LABORER GROUP 1 $ 24.85 10.99 GROUP 2 $ 28.45 10.99 GROUP 3 $ 35.54 10.99 GROUP 4 $ 36.41 10.99 GROUP 5 $ 36.99 10.99 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 29 of 52 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 30 of 52 Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). LAB00292-008 06/01/2017 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1 $ 24.85 10.99 GROUP 2 $ 28.45 10.99 GROUP 3 $ 35.54 10.99 GROUP 4 $ 36.41 10.99 GROUP 5 $ 36.99 10.99 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 31 of 52 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 32 of 52 Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). LAB00335-001 06/01/2017 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 31.36 10.89 GROUP 2 $ 32.01 10.89 GROUP 3 $ 32.49 10.89 GROUP 4 $ 32.90 10.89 GROUP 5 $ 28.68 10.89 GROUP 6 $ 26.07 10.89 GROUP 7 $ 22.62 10.89 Zone Zone Zone Zone Zone Differential (Add to Zone 1 rates): 2 $ 0.65 3 - 1.15 4 - 1.70 5 - 2.75 BASE POINTS: LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles ZONE 2: More than 30 respective city hall. ZONE 3: More than 40 respective city hall. ZONE 4: More than 50 respective city hall. of the respective city all. miles but less than 40 miles from the miles but less than 50 miles from the miles but less than 80 miles from the https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 33 of 52 ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 34 of 52 and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335-019 09/01/2013 Rates Fringes Hod Carrier $ 30.47 10.05 LAB00348-003 06/01/2017 CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1 $ 21.21 10.99 GROUP 2 $ 24.31 10.99 GROUP 3 $ 26.60 10.99 GROUP 4 $ 27.24 10.99 GROUP 5 $ 27.70 10.99 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 35 of 52 TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 36 of 52 Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). LAB00440-001 06/01/2017 KING COUNTY Rates Fringes LABORER GROUP 1 $ 24.85 10.99 GROUP 2 $ 28.45 10.99 GROUP 3 $ 35.54 10.99 GROUP 4 $ 36.41 10.99 GROUP 5 $ 36.99 10.99 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 37 of 52 TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 38 of 52 Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). PAIN0005-002 07/01/2017 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 29.50 15.43 PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 WHATCOM COUNTIES Rates PAINTER $ 20.82 Page 39 of 52 Fringes 7.44 * PAIN0005-006 07/01/2017 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 30.29 11.10 Over 30'/Swing Stage Work$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray$ 25.19 11.10 Lead Abatement, Asbestos Abatement $ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055-003 07/01/2017 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller $ 23.02 11.02 High work - All work 60 ft. or higher $ 23.77 11.02 https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 40 of 52 Spray and Sandblasting $ 23.02 11.02 PAIN0055-006 07/01/2017 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 34.87 11.46 PLAS0072-004 06/01/2017 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1 $ 28.23 13.77 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528-001 06/01/2017 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON $ 40.52 16.54 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 41.02 16.54 https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 41 of 52 TROWLING MACHINE OPERATOR ON COMPOSITION $ 41.02 16.54 PLAS0555-002 06/01/2017 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD$ 32.87 17.62 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 32.87 17.62 CEMENT MASONS $ 31.50 17.62 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 32.19 17.62 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall TEAM0037-002 06/01/2017 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 42 of 52 west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1 $ 27.94 14.37 GROUP 2 $ 28.06 14.37 GROUP 3 $ 28.19 14.37 GROUP 4 $ 28.46 14.37 GROUP 5 $ 28.68 14.37 GROUP 6 $ 28.85 14.37 GROUP 7 $ 29.05 14.37 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 43 of 52 on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 44 of 52 thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) * TEA10174-001 01/01/2017 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1• $ 34.13 18.57 GROUP 2• $ 33.29 18.57 GROUP 3• $ 30.48 18.57 GROUP 4• $ 25.51 18.57 GROUP 5• $ 33.68 18.57 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 45 of 52 Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber -tired) (when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 46 of 52 required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. TEAM0690-004 06/01/2017 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1 $ 21.82 17.30 GROUP 2 $ 24.09 17.30 GROUP 3 $ 24.59 17.30 GROUP 4 $ 24.92 17.30 GROUP 5 $ 25.03 17.30 GROUP 6 $ 25.20 17.30 GROUP 7 $ 25.73 17.30 GROUP 8 $ 26.09 17.30 https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 47 of 52 AREA 2: GROUP 1 $ 23.96 17.30 GROUP 2 $ 26.20 17.30 GROUP 3 $ 26.71 17.30 GROUP 4 $ 27.04 17.30 GROUP 5 $ 27.15 17.30 GROUP 6 $ 27.15 17.30 GROUP 7 $ 28.05 17.30 GROUP 8 $ 28.01 17.30 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 48 of 52 Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 49 of 52 NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 50 of 52 Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 51 of 52 classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 Page 52 of 52 interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 6/13/2018 SECTION 5 - STATE WAGE RATES Page 1 of 18 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 07/12/2018 rK xn https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/13/2018 x mm � Holiday yOvertime H a Note Yakima :. ... ... ,,, ,,, Journey Level $17.83 1 Yakima :+_ _ <<<< ;_ Journey Level $66.54 5N 1C Yakima ::; Journey Level $47.64 5A 1M Yakima Janitor $11.50 1 Yakima s:,:;,;:;'.. ,. _;;;, ;,:,. Shampooer $11.50 1 Yakima Waxer $11.50 1 Yakima .;_ _; _ ; ; ',: , ;; ; <<;, <<;.,., ° Window Cleaner $11.50 1 Yakima :; :>;;<. ,'.`;, m.<. ; Journey Level $16.35 1 Yakima ;;e,.>;:;.>; , Journey Level $29.72 1 Yakima <<<< <<; ; ..;; . Journey Level $42.00 7B 1N Yakima Bell/Vehicle or Submersible Operator (Not Under Pressure) $110.54 5D 4C Yakima Dive Supervisor/Master $72.97 5D 4C Yakima Diver $110.54 5D 4C 8V Yakima =.? ,° ;°;;._ ........................................................................... Diver On Standby $67.97 5D 4C Yakima ::?i:<- ; ''•: ;<:; Diver Tender $61.65 5D 4C Yakima Manifold Operator $61.65 5D 4C Yakima Manifold Operator Mixed Gas $66.65 5D — 4C Yakima Remote Operated Vehicle Operator/Technician $61.65 5D 4C Yakima ::?i:<- ; ''•: ;<:; Remote Operated Vehicle Tender $57.43 5A 4C Yakima =.?; ._;; :',;.;<,° Assistant Engineer $56.44 5D 3F https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/13/2018 Page 2 of 18 Yakima Assistant Mate (Deckhand) $56.00 5D 3F Yakima Boatmen $56.44 5D 3F Yakima _?; <<:;: ;° , i , _ Engineer Welder $57.51 5D 3F Yakima ": ~< :;~ ^', ;', . ~< Leverman, Hydraulic $58.67 5D 3F Yakima =.?; ._;; :',;.;<,° ....................................................................... Mates $56.44 5D 3F Yakima Oiler $56.00 5D 3F Yakima Journey Level $42.32 5D 4C Yakima Journey Level $38.78 7E 1P Yakima Journey Level $43.32 1 Yakima .. < ; ; ;.:;; • .;, ; Cable Splicer $63.18 5A 1E Yakima ""..., r ;;..r::< ;;;<:<? > Journey Level $61.07 5A 1E Yakima , , , ; ; ,,;; ; , ; ,, , Welder $65.28 5A 1E Yakima .;, ; ;<> Craftsman $15.37 1 Yakima Journey Level $14.69 1 Yakima ;; ;.:;; • <<; : Cable Splicer $79.43 5A 4D Yakima Certified Line Welder $69.75 5A 4D Yakima _':n<;;,;; ;;;;;,,, M'<>•.,_ ,;,;; Groundperson $46.28 5A 4D Yakima Heavy Line Equipment Operator $69.75 5A 4D Yakima _':n< ;;,;; ;;;;;,,, M'<>•.,_ ,;,;; Journey Level Lineperson $69.75 5A 4D Yakima ....................................................... . Line Equipment Operator $59.01 5A - 4D - Yakima , ; ry<..: ,,i,: Meter Installer $46.28 5A 4D 8W Yakima Pole Sprayer $69.75 5A 4D Yakima , ; ry<..: ,,i,: Powderperson $52.20 5A 4D Yakima . , _ ; _<<_; ; ° _ <<; , Journey Level $23.40 1 Yakima "' ,:.>> +<< Mechanic $91.24 7D 4A Yakima Mechanic In Charge $98.51 7D 4A Yakima ; €: ; << ;< <'; : ; Craftsman - In -Factory Work Only $11.50 1 Yakima Journey Level - In- Factory Work Only $11.50 1 Yakima Fence Erector $13.79 1 Yakima "" >~_~,..: Journey Level $24.62 1 Yakima ; :. ; ; ° Journey Level $22.43 61 1B Yakima :: > ; <>, ;: ;;. ;. „ Journey Level $25.32 1 Yakima;°,;. ;<<.; ;;;,;;,;;;; ;;, Journey Level $34.85 1 Yakima „ Journey Level $38.73 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/13/2018 Page 3 of 18 Yakima Journey Level $11.50 1 Yakima Journey Level $11.50 1 Yakima ::;::;; :•:::,:.<.. < < ;;;;,;;;,, ;;,.; .. ,, ;;;;,,,, :•• Cleaner Operator, Foamer Operator $11.50 1 Yakima ; Grout Truck Operator $11.50 1 Yakima ,. Head Operator $12.78 1 Yakima ::;::;; < < ;;;;,;;;,, ,, ;;;;,,,, Technician $11.50 1 Yakima ; Tv Truck Operator $11.50 1 Yakima ;;<,,; : ; >; .;:•.<<; ::~ : Journey Level $42.32 5D 4C Yakima =; _; << 1;; °; , Journeyman $59.40 7N 10 Yakima Air, Gas Or Electric Vibrating Screed $37.63 7A 31 Yakima . ;,.' Airtrac Drill Operator $38.73 7A 31 Yakima Ballast Regular Machine $37.63 7A 31 Yakima <:€; ;;: ; Batch Weighman $35.34 7A 31 Yakima ...;:;>;;;; ; Brick Pavers $37.63 7A 31 Yakima Brush Cutter $37.63 7A 31 Yakima Brush Hog Feeder $37.63 7A 31 Yakima Burner $37.63 7A 31 Yakima Caisson Worker $38.73 7A 31 Yakima ...;:;>;;;; ; Carpenter Tender $37.63 7A 31 Yakima .M,,, Y:: Cement Dumper -paving $38.27 7A 31 Yakima Cement Finisher Tender $37.63 7A 31 Yakima Change House Or Dry Shack $37.63 7A 31 Yakima Chipping Gun (under 30 Lbs.) $37.63 7A 31 Yakima Chipping Gun(30 Lbs. And Over) $38.27 7A 31 Yakima Choker Setter $37.63 7A 31 Yakima Chuck Tender $37.63 7A 31 Yakima ,` Clary Power Spreader $38.27 7A 31 Yakima ...;:;>;;;; ; Clean-up Laborer $37.63 7A 31 Yakima Concrete Dumper/chute Operator $38.27 7A 31 Yakima =. ,;. ; _ ; ; , Concrete Form Stripper $37.63 7A 31 Yakima Concrete Placement Crew $38.27 7A 31 Yakima Concrete Saw Operator/core Driller $38.27 7A 31 Yakima Crusher Feeder $35.34 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/13/2018 Page 4 of 18 Yakima .. :><> <.. Curing Laborer $37.63 7A 31 Yakima Demolition: Wrecking Et Moving (incl. Charred Material) $37.63 7A 31 Yakima .. :><> <.. Ditch Digger $37.63 7A 31 Yakima Diver $38.73 7A 31 Yakima ...;:;>;;;; ; Drill Operator ( hydraulic, diamond ) $38.27 7A 31 Yakima <:€, ;;: ; Dry Stack Walls $37.63 7A 31 Yakima ...;:;>;;;; ; Dump Person $37.63 7A 31 Yakima :: ><> :: Epoxy Technician $37.63 7A 31 Yakima Erosion Control Worker $37.63 7A 31 Yakima Faller Et Bucker Chain Saw $38.27 7A - 31 Yakima Fine Graders $37.63 7A 31 Yakima „ , Firewatch $35.34 7A 31 Yakima Form Setter $37.63 7A 31 Yakima . , Gabian Basket Builders $37.63 7A 31 Yakima General Laborer $37.63 7A 31 Yakima Grade Checker Et Transit Person $38.73 7A 31 Yakima Grinders $37.63 7A 31 Yakima Grout Machine Tender $37.63 7A 31 Yakima ...;:;>;;;; ; Groutmen (pressure) including Post Tension Beams $38.27 7A 31 Yakima Guage and Lock Tender $38.83 7A 31 Yakima „ , Guardrail Erector $37.63 7A 31 Yakima i ,j.,,,,r, Hazardous Waste Worker (level A) $38.73 7A 31 Yakima ...;:;>;;;; ; Hazardous Waste Worker (level B) $38.27 7A 31 Yakima i ,j.,,,,r, Hazardous Waste Worker (level C) $37.63 7A 31 Yakima „ , High Scaler $38.73 7A 31 Yakima Jackhammer $38.27 7A 31 Yakima =. ,;. ; _ ; ; , Laserbeam Operator $38.27 7A 31 Yakima Maintenance Person $37.63 7A 31 Yakima Manhole Builder- mudman $38.27 7A 31 Yakima Material Yard Person $37.63 7A 31 Yakima Motorman -dinky Locomotive $38.27 7A 31 Yakima Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $38.27 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/13/2018 Page 5 of 18 Yakima Pavement Breaker $38.27 7A 31 Yakima Pilot Car $35.34 7A 31 Yakima ...;:;>;;;; ; Pipe Layer(lead) $38.73 7A 31 Yakima :: ><> :: Pipe Layer/tailor $38.27 7A 31 Yakima . ;,.' Pipe Pot Tender $38.27 7A 31 Yakima Pipe Reliner $38.27 7A 31 Yakima <:€, ;;: ; Pipe Wrapper $38.27 7A 31 Yakima ...;:;>;;;; ; Pot Tender $37.63 7A 31 Yakima Powderman $38.73 7A 31 Yakima Powderman's Helper $37.63 7A 31 Yakima Power Jacks $38.27 7A 31 Yakima Railroad Spike Puller - Power $38.27 7A 31 Yakima „ , Raker - Asphalt $38.73 7A 31 Yakima ..,...., Re-timberman $38.73 7A 31 Yakima . , Remote Equipment Operator $38.27 7A 31 Yakima :: ><> :: Rigger/signal Person $38.27 7A 31 Yakima =. ,;. ; _ ; ; , Rip Rap Person $37.63 7A 31 Yakima Rivet Buster $38.27 7A 31 Yakima Rodder $38.27 7A 31 Yakima ...;:;>;;;; ; Scaffold Erector $37.63 7A 31 Yakima Scale Person $37.63 7A 31 Yakima =. ,;. ; _ ; ; , Sloper (over 20") $38.27 7A 31 Yakima Sloper Sprayer $37.63 7A 31 Yakima <:€, ;;: ; Spreader (concrete) $38.27 7A 31 Yakima ...;:;>;;;; ; Stake Hopper $37.63 7A 31 Yakima Stock Piler $37.63 7A 31 Yakima . , Tamper Et Similar Electric, Air Et Gas Operated Tools $38.27 7A 31 Yakima i ,j.,,,,r, Tamper (multiple Et Self-propelled) $38.27 7A 31 Yakima ...;:;>;;;; ; Timber Person - Sewer (lagger, Shorer Et Cribber) $38.27 7A 31 Yakima Toolroom Person (at Jobsite) $37.63 7A 31 Yakima .. :><> <.- Topper $37.63 7A 31 Yakima Track Laborer $37.63 7A 31 Yakima ...;:;>;;;; ; Track Liner (power) $38.27 7A 31 Yakima Traffic Control Laborer $37.46 7A 31 8R Yakima Traffic Control Supervisor $37.46 7A 31 8R Yakima :: ><> :: Truck Spotter $37.63 7A 31 Yakima Tugger Operator $38.27 7A 31 Yakima „ , Tunnel Work -Miner $38.83 7A 31 Yakima Vibrator $38.27 7A 31 Yakima . , Vinyl Seamer $37.63 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/13/2018 Page 6 of 18 Yakima Watchman $32.24 7A 31 Yakima i .z.q 4 Welder $38.27 7A 31 Yakima A ,u.,; Well Point Laborer $38.27 7A 31 Yakima ,!.::Af-:::1. Window Washer/cleaner $32.24 7A 31 Yakima 8 8 4. T` Z.',; i4. ;',N 4 General Laborer Et Topman $37.63 7A 31 Yakima 4,, ,i .,,,i- : i-i.1,--,,r„.r. ,i;,1 Pipe Layer $38.27 7A 31 Yakima ,8 ,,f .flg, f '4; J zzg i U Irrigation Or Lawn Sprinkler Installers $11.50 1 Yakima ,:i1,1-- ,y2- c,-..; TC, i, il,'', i Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima „.uk kf ,i :' f ,, j Z Z i V?, Z Landscaping Or Planting Laborers $11.50 1 Yakima Journey Level $42.32 5D 4C Yakima iv1,-; ,. '.. , . Journey Level $47.64 5A 1M Yakima ''.y-- : -, 7 „ - ,:r1,-., ; „ , Fitter $12.00 1 Yakima '',`1' i --.81z- “ 1m r z- ' Laborer $11.50 1 Yakima ir'n .i. ; ,.A..i ,zf. ,,.; ; 'A p? 2 ' Machine Operator $11.50 1 Yakima ., , ''', '.', i. ` .8 '4 '. ' Painter $12.00 1 Yakima iv1,,,i ,fA , A .; ;,,; ; •A ;f*, 2' Welder $11.50 1 Yakima !‘:n, ' Journey Level $26.05 1 Yakima '',`1',iZ L;' i'-'4“dU ;, Journey Level $14.11 1 Yakima A, :i,,f. Journey Level $33.40 6Z 1W Yakima ' Journey Level $55.84 5D 4C Yakima A'L w; Journey Level $54.89 1R Yakima 1;.-,.;:,xs,,;i,1 ;!. P zil, Journey Level $11.50 1 Yakima PH;;;h, n, --; P;Hn Journey Level $78.33 6Z Yakima P.- - i ; ',.'., Asphalt Plant Operators $60.49 7A 3C 8P Yakima Pf .q.‘z ;,) ZI WM. ' q. el f Z , Assistant Engineer $56.90 7A 3C 8P Yakima P* ?VI- i ; e i iq '; Z ZZ ; Z'' ' :I " ,'0:* 2; Barrier Machine (zipper) $59.96 7A 3C 8P Yakima Po , F,:znNii4. i.'; fq,e1',,,to Batch Plant Operator, Concrete $59.96 7A 3C 8P Yakima Pf PN:'; ; ZZZ; ',Z ; 1,, ;if n , Bobcat $56.90 7A 3C 8P Yakima P,-- - i- 1,T ilpiii.Pw- np-,i ii,',C Brokk - Remote Demolition Equipment $56.90 7A 3C 8P Yakima Pf PN:'; ; ZZZ; ',Z ; ', ;if n , Brooms $56.90 7A 3C 8P Yakima 7 ' - ,- - -. „ '.)i.-., i ii,',C Bump Cutter $59.96 7A 3C 8P Yakima Pf .q.‘z iz q. WM. ' el f Z , Cableways $60.49 7A 3C 8P Yakima 2', I Chipper $59.96 7A 3C 8P Yakima Po ,. c , IT T Compressor $56.90 7A 3C 8P Yakima Pf PN:'; ; Z ZZZ; ',Z ; ', ,;if 2; , Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 7A 3C 8P Yakima Pf . ,, ':: ;,ZW q4 ;' ' fi eflf , Concrete Finish Machine -laser Screed $56.90 7A 3C 8P Yakima P. ?VI- i ; e i i q '; Z ZZ ; Zf' ' .) ". ;O.'. 2; Concrete Pump - Mounted Or Trailer High $59.49 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Page 7 of 18 � ++� ' ���| | �/|���A| � uu � //TOIt7ess���l2Ov71llD�� O llI�'��a2eO asllJK Pressure Line Pump, Pump High Pressure. Yakima P' ^'`/ h1Z 'ZIv/vo/ `q.:'/o»/, Concrete Pump: Truck Mount With Boom Attachment Up To 42m S59.96 7A 3C 8P Yakima Conveyors S59'49 7A 3C 8P Yakima P' ^''`/ �'iZ'/ynv /V `;.:'/.��' Z. , Cranes Friction: 200 tons and over S62.33 7A 3C 8P Yakima Pn- rF`1i-4]'ni,,,/ir '`1,,,,,-1rii«r Cranes: 20 Tons Through 44 Tons With Attachments S59.96 7A 3C 8P Yakima P./,,,,/ E.y/U./'';,''rul/"i.x`Cranes: 100 Tons Through 199 Tons, Or l50'OfBoom (Including Jib With Attachments) S61.10 7A 3C 8P Yakima P' ^'`/ �'iZoynvo/ `;.:'/.��'/, Cranes: ZUUtons- ZVV tons, or250'ofboom including jib with attachments S61.72 7A 3C 8P Yakima Pf ^vz::`;,,Zx','m*n`�°'/.U,./, Cranes: JUUtons and over orJUU'ofboom including jib with attachments S62.33 7A 3C 8P Yakima Cranes: 45 Tons Through 99 Tons, Under l5U'OfBoom (including Jib With Attachments) S60.49 7A 3C 8P Yakima p`"` -i E`Igii'n!~{!. 1. -? II. 'i Cranes: A -frame - 10 Tons And Under S56.90 7A 3C 8P Yakima P' ^'`/ ;,)oynv o/ `q.:'/.l ' Z. , Cranes: Friction cranes through 199 tons S61.72 7A 3C 8P Yakima p`"` -i Eli ii'n!~{!�1.-?11`'i Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons S59.49 7A 3C 8P Yakima P Crusher S59.96 7A 3C 8P Yakima P«- i- 12 i'q-,'ni.Pw-'`1,,,,,-'rii«r DeckEngineer/deck Winches (power) S59.96 7A 3C 8P Yakima P' ''f,` /l:''','r c ;if ` , Derricks, On Building York S60.49 7A 3C 8P Yakima Dozers D-9 Et Under S59.49 7A 3C 8P Yakima P' ^''`/ �'iZ'/ynv/V `;.:'/.��'/, Drill Oilers: Auger Type, Truck Or Crane Mount S59.49 7A 3C 8P Yakima Drilling Machine S61.10 7A 3C 8P Yakima P' ^''`/ �'1Z '/ynv/V `q.:'/.��'/, Elevator And Man'hft: Permanent And Shaf Type S56.90 7A 3C 8P Yakima Pn- r 12 i'q-,'ni.Pw- '`1,,,,,-1rii«r Finishing Machine, Bidwell And Gamaco Et Similar Equipment S59.96 7A 3C 8P Yakima P:,,, ,/ m; ,''r k 1,, /"i:/ . Forklift: 3000 Lbs And Over With Attachments S59.49 7A 3C 8P Yakima Pf ^vz::`;,,Zx,.'m*n`�°'/.U"/,Forklifts: Under 3000 Lbs. With Attachments S56.90 7A 3C 8P � ++� ' ���| | �/|���A| � uu � //TOIt7ess���l2Ov71llD�� O llI�'��a2eO asllJK Page 8 of 18 � ++� ' ���| | �/|���A| � uu � //TOIt7ess���l2Ov71llD�� O llI�'��a2eO asllJK Grade Engineer: Using Blue Prints, Cut Sheets, Etc Yakima P Gradechecker/stakeman $56.90 7A 3C 8P Yakima Guardrail Punch S59.96 7A 3C 8P Yakima pf ^vz::`iZxi 'm* `fl °'/.U,./, Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. E Over S60.49 7A 3C 8P Yakima Po + Fqo¢mi4.n.'; nq,,`ratn Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards S59.96 7A 3C 8P Yakima p`"` -i E`Igii'n!~{!� q -?11`'i Horizontal/directional Drill Locator S59.49 7A 3C 8P Yakima P' ^'`/ izoynv o/ `;.:'/.l ' / , Horizontal/directional Drill Operator S59.96 7A 3C 8P Yakima P«- rF`1iic,,nrir/��'rii«r Hydralifts/boom Trucks Over 10 Tons S59.49 7A 3C 8P Yakima P' ''f ,` /l:''','r , ,i' ` , Hydralifts/boom Trucks, 10 Tons And Under S56.90 7A 3C 8P Yakima P«- rF`1i1c,'niir'`��'rii«r Loader, Overhead 8 Yards. Et Over S61.10 7A 3C 8P Yakima P' ''f ', �'y/U:''','r C�lZ,'';if ` ` Loader, Overhead, 6 Yards. But Not Including 8 Yards S60.49 7A 3C 8P Yakima Pf ^vz::`;,,Zx','m*`�°'/.U,./, Loaders, Overhead Under 6 Yards S59.96 7A 3C 8P Yakima Loaders, Plant Feed S59.96 7A 3C 8P Yakima Po +FgoHii4.n.';nq,,`ratn Loaders: Elevating Type Belt S59.49 7A 3C 8P Yakima P:,,:'/ m4 '''r; Iv ;i:/. Locomotives, All S59.96 7A 3C 8P Yakima Material Transfer Device S59.96 7A 3C 8P Yakima P; ,,,,,,f z:;;; "r, ,i',, Mechanics, Alt (leadmen - 50.50 Per Hour Over Mechanic) S61.10 7A 3C 8P Yakima Motor Patrol Graders S60.49 7A 3C 8P Yakima P'''f ', �'y/U:''','rC�lZ,'';if " + Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield S60.49 7A 3C 8P Yakima P' ^'`/ ;,)oynv o/ `q.:'/.��' / , Oil Distributors, Blower Distribution Et Mulch Seeding Operator S56.90 7A 3C 8P Yakima Pn- rF`1i1c,'niif- '`��'rii«r Outside Hoists (elevators And Manhfts),Air Tuggers,strato S59.49 7A 3C 8P Yakima VP, r,i L`gq ';!!,{!'' '`:I ~ e:* 2; Overhead, Bridge Type Crane: 20 Tons Through 44 Tons S59.96 7A 3C 8P Yakima P' ''f ,` /l:''','r , ,i' ` , Overhead, Bridge Type: 100 Tons And Over S61.10 7A 3C 8P � ++� ' ���| | �/|���A| � uu � //TOIt7ess���l2Ov71llD�� O llI�'��a2eO asllJK Page 9af|8 Yakima p""-�i::ggiPo., 1,0,1 -1..,i... Overhead, Bridge Type: 45 Tons Through 99 Tons S6049 7A 3C 8P Yakima f!! Pavement Breaker S56.90 7A 3C 8P Yakima p`'"-�i::ggiPo., 1,0,1 -1..,i... Pile Driver (other Than Crane Mount) S59.96 7A 3C 8P Yakima P' ^'`/ �'iz.oynvo/ ` .ZZ '/.�J' /, PiantOiier'Asphait, Crusher S59.49 7A 3C 8P Yakima Pn`, rF`Ii-4]'ni,,,/i- '`y,,,'rit«r Posthole Digger, Mechanical S56.90 7A 3C 8P Yakima Z:!Power Plant S56.90 7A 3C 8P Yakima Pumps - Water S56.90 7A 3C 8P Yakima pf. ^'^zi`�mi'//*q.°'/.Uf./:Quad V,Hd4l,DlUAnd Over S60.49 7A 3C 8P Yakima �,,,,r,i L`.g�'�!!: ,:;1~e�,,, DuickTovver'No[ab, Under 100 Feet In Height Based To Boom S56.90 7A 3C 8P Yakima P' ''f,` /l:''','r , ,i' ` , Remote Control Operator On Rubber Tired Earth Moving Equipment S60.49 7A 3C 8P Yakima Pf. ^'^zi`;LW w/*`/r'/.Uf./, Rigger And Beliman S56.90 7A 3C 8P Yakima P:,,�/ E.q.m; ,''r; ,;, "i :/ . Rigger/Signal Person, BeKman([ertified) S59.49 7A 3C 8P Yakima RoKagon S6049 7A 3C 8P Yakima P:��/ E.y/U.x:~:rc1"i:/`Roller, Other Than Plant Mix S56.90 7A 3C 8P Yakima pe, +rFcp/4pn:rt./.:*1•ak`r Roller, Plant Mix Or MuUj'lif t Materials S59.49 7A 3C 8P Yakima P:,,�/ E.m; ,''r; ,; "i:/. Roto'miK, Roto -grinder S59.96 7A 3C 8P Yakima Saws - Concrete $59.49 7A 3C 8P Yakima P' :r, z:;;; "r , ,i' , , Scraper, Self Propelled Under 45 Yards S59.96 7A 3C 8P Yakima P«`, rF`Ii-4]'ni,,,/i- '`y,,,'rit«r Scrapers - Concrete Et Carry All S59.49 7A 3C 8P Yakima ZZ' ''�, �'y/U:''','r �ZZ z' 'if Z. ` Scrapers, Self- propelled: 45 Yards And Over S60.49 7A 3C 8P Yakima Pf. ^'^zi`�mi'//* q.°'/.Uf. / : Service Engineers - Equipment S59.49 7A 3C 8P Yakima P, ?V i L`iiiPi'',,'' .:1~L':tv; Shotcrete/gunite Equipment S56.90 7A 3C 8P Yakima Pf. ^'^zi`�mi'//*q.°'/.Uf. /: Shovei, Excavator, Backhoe, Tractors Under 15 Metric Tons. S59.49 7A 3C 8P Yakima p`"`-� i::`lgii;'�!, �,,..?�1.`'� Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons S60'49 7A 3C 8P Yakima P./,,�/ E.y/U./''; ,''ru"i.x`Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons S59'96 7A 3C 8P Yakima Pf. ^'^zi`�mi'//*q.°'/.Uf./:Shovel, Excavator, Backhoes: Over 50 S61.10 7A 3C 8P � ++� ' ���| | �/|���A| � uu � //TOIt7ess���l2Ov71llD�� O llI�'��a2eO asllJK Page 10 of 18 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/13/2018 Metric Tons To 90 Metric Tons Yakima Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C 8P Yakima Slipform Pavers $60.49 7A 3C 8P Yakima Spreader, Topsider Et Screedman $60.49 7A 3C 8P Yakima Subgrader Trimmer $59.96 7A 3C 8P Yakima Tower Bucket Elevators $59.49 7A 3C 8P Yakima`:_... _ < << Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P Yakima Tower Crane: over 175' through 250' in height, base to boom $61.72 7A 3C 8P Yakima Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P Yakima , ,,,; ; ,;; ;;,;;;; ;;;;,%;,<...•,;;;,,; , Transporters, All Track Or Truck Type $60.49 7A 3C 8P Yakima "',: " :;_.<.::::~ :: Trenching Machines $59.49 7A 3C 8P Yakima = ; .°,,°; ,, ,;,;;;; ;; ;?;_,° .s; ; , Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P Yakima Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P Yakima Truck Mount Portable Conveyor $59.96 7A 3C 8P Yakima Welder $60.49 7A 3C 8P Yakima`:_... _ _ _ .. ;; <<> Wheel Tractors, Farmall Type $56.90 7A 3C 8P Yakima Yo Yo Pay Dozer $59.96 7A 3C 8P Yakima`:_... _ _ _ .. ;; Asphalt Plant Operators $60.49 7A 3C 8P Yakima Assistant Engineer $56.90 7A 3C 8P Yakima Barrier Machine (zipper) $59.96 7A 3C 8P Yakima`:_... _<_;;_,;,..>s;;: ;; Batch Plant Operator, Concrete $59.96 7A 3C 8P Yakima Bobcat $56.90 7A 3C 8P Yakima Brokk - Remote Demolition Equipment $56.90 7A 3C 8P Yakima Brooms $56.90 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/13/2018 Page 11 of 18 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Yakima hh ‘Ahh; ;"' phh ;; iHfhh 2,h . hh.;,:hh,ofhhk Bump Cutter $59.96 7A 3C 8P Yakima Pe, ,. F,;,uVri.,: rit Cableways $60.49 7A 3C 8P Yakima P.- - i:. i::g .ii:;,n.i Chipper $59.96 7A 3C 8P Yakima hh h^kf'Z' hpZinh; ;; iHfhh 2,h . hh.;,:hh,ofhhk Compressor $56.90 7A 3C 8P Yakima Pe, ,. F,;,uVri.,: rit Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 7A 3C 8P Yakima P.- - i:. i::g .ii:;,n.i Concrete Finish Machine -laser Screed $56.90 7A 3C 8P Yakima hh h^kf'Z' hpZinh; ;; Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C 8P Yakima Pf. •,.,, zi qz.nimm Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P Yakima P4-,, 44- i- F ,1 ilpi-i i444-44 i Conveyors $59.49 7A 3C 8P Yakima PfAhh..; ;**;q;;;;';; Cranes Friction: 200 tons and over $62.33 7A 3C 8P Yakima Pf. •,.,, zi qz.nimm Cranes: 20 Tons Through 44 Tons With Attachments $59.96 7A 3C 8P Yakima P4-,, 44- i- F ,1 ilpi-i i444-44 i Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 7A 3C 8P Yakima P:2,,,, -i .,iiipizz: ;;. Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7A 3C 8P Yakima hh ‘Ahh; ;"' ;;;;; ;; 4 a." 4 0'40 , i hid, i 4..a::444a1 Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 7A 3C 8P Yakima Pf "hhZ. ':';+kkUhhfh. col g,; d In, hh. H:;:khZM Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 7A 3C 8P Yakima Cranes: A -frame - 10 Tons And Under $56.90 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Page 12 of 18 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Yakima '''*f ',...:f'q 1;;;;; Cranes: Friction cranes through 199 tons $61.72 7A 3C 8P Yakima Pe, ,. Fdi,Aipiiiiiii iiiii 1)1m ;. ',.. )r , ,,i.-....J.:.:•Am,1 Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $59.49 7A 3C 8P Yakima P,- - i:. i::g .ii;;,n.i Crusher $59.96 7A 3C 8P Yakima '''*f Wf.Z. :"*"•;IHq;•;;;.: Deck Engineer/deck Winches (power) $59.96 7A 3C 8P Yakima Pe, ,. Fdi,Aipiiiiiii iiiii 1)1m ;. ',.. )r , •D ,,i......J.f.mwl Derricks, On Building Work $60.49 7A 3C 8P Yakima P,- - i:. i::g .ii;;,n.i Dozers D-9 Et Under $59.49 7A 3C 8P Yakima '''*f Wf.Z. :"*"•;IHq;•;;;.: Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P Yakima Pe, ,. Fdi,Aipiiiiiii iiiii 1)1m ;. ',.. )r , •D ,,i......J.f.mwl Drilling Machine $61.10 7A 3C 8P Yakima P,- - i:. i::g .ii;;,n.i : Elevator And Man -lift: Permanent And Shaft Type $56.90 7A 3C 8P Yakima '''*f Wf.Z. :"*"•;IHq;•;;;.: Finishing Machine, Bidwell And Gamaco Et Similar Equipment $59.96 7A 3C 8P Yakima Pe, ,. Fdi,Aipiiiiiii iiiii 1)1m ;. ',.. )r , ,,i.-....J.:.:•Am,1 Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P Yakima P,- - i:. i::g .ii;;,n.i Forklifts: Under 3000 Lbs. With Attachments $56.90 7A 3C 8P Yakima '''*f ',...:f'q 1;;;;; Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P Yakima Pe, ,. Fdi,Aipiiiiiii iiiii 1)1m ;. ',.. )r , •D ,,i......J.f.mwl Gradechecker/stakeman $56.90 7A 3C 8P Yakima P,- - i:. i::g .ii;;,n.i : Guardrail Punch $59.96 7A 3C 8P Yakima '''*f Wf.Z. :"*"•;IHq;•;;;.: Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $60.49 7A 3C 8P Yakima Pf. ..',,. i'qz.nimm f'.1::4‘;',4 In, •:“. -i,,j4::'A 1. Hard Tail End Dump Articulating Off-road $59.96 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Page 13 of 18 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Equipment Under 45 Yards Yakima Pf ..q.‘• himpH34. d Horizontal/directional Drill Locator $59.49 7A 3C 8P Yakima Pit,' it- i- F il itiitii-i ittiii it- Horizontal/directional Drill Operator $59.96 7A 3C 8P Yakima Paaa'; ;*: a aa; a Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P Yakima Pf ..q.‘• hi.mpH34. d Hydralifts/boom Trucks, 10 Tons And Under $56.90 7A 3C 8P Yakima Pit,' it- i- F il itiitii-i ittiii it- Loader, Overhead 8 Yards. Et Over $61.10 7A 3C 8P Yakima Pf Paa'; ;*: a aa; a Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P Yakima Pf ..q.‘• hi.mpH34. d Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Yakima Z....,..:1...ti.L2„Likilifi...... c*,p,. ,..i..•T, ftid,,r,..lrfmnr: Loaders, Plant Feed $59.96 7A 3C 8P Yakima Pf Paa'; ;*: a aa; a Loaders: Elevating Type Belt $59.49 7A 3C 8P Yakima Pf ..q.‘• hi.mpH34. d Locomotives, All $59.96 7A 3C 8P Yakima f.....,......ti.L2„Lilifi.'...... c*,p,. ,..i..•T, ftid,,r,..Irmnr'.: Material Transfer Device $59.96 7A 3C 8P Yakima Pf Paa'; ;*: a aa; a Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P Yakima Pf ..q.‘• himpH34. d Motor Patrol Graders $60.49 7A 3C 8P Yakima Z....,..:1...ti.L2„Likilifi...... Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7A 3C 8P Yakima P,,, - i:. i::g .ii;;,n.i : Oil Distributors, Blower Distribution Et Mulch Seeding Operator $56.90 7A 3C 8P Yakima P; aaa ;:apapaa Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 7A 3C 8P Yakima Pf. ..'f-. i'qz.nimm f)p.f.';',4 In, •3f -i,,,N:'Am :i Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Page 14 of 18 Yakima p- ,, i.. i::q! ij,i,m,,. w: Overhead, Bridge Type: 100 Tons And Over $61.10 7A 3C 8P Yakima P; Wf .; ;7*; ;M.: Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7A 3C 8P Yakima Pe, ,. FkOpri.v nt Pavement Breaker $56.90 7A 3C 8P Yakima p,,,,,, i.. i::q! ii.i,i-.,. Pile Driver (other Than Crane Mount) $59.96 7A 3C 8P Yakima P; Wf .; ;*:-; Hq ;M.: Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Yakima Pe, ,. FkOpri.v nt Posthole Digger, Mechanical $56.90 7A 3C 8P Yakima p,,,,,, i.. i::q! ii.i,i-.,. Power Plant $56.90 7A 3C 8P Yakima P; Wf .; ;*:-; Hq ;M.: Pumps - Water $56.90 7A 3C 8P Yakima Pe, ,. FkOpri.v nt Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Yakima p,,,,, i.. i::q! ij,i,m,,. w: Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 7A 3C 8P Yakima P; Wf .; ;*:-; Hq ;M.: Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 7A 3C 8P Yakima Pf. ..'f-. l'qz.nimm Rigger And Bellman $56.90 7A 3C 8P Yakima Pr., A- i- F ,Iilpi-i i.,-. it- Rigger/Signal Person, Bellman (Certified) $59.49 7A 3C 8P Yakima Pfp...•.:.. :,.q zz.;,;,* Rollagon $60.49 7A 3C 8P Yakima Pf. ..'f-. l'qz.nimm Roller, Other Than Plant Mix $56.90 7A 3C 8P Yakima Pr., A- i- F ,Iilpi-i i.,-. it- Roller, Plant Mix Or Multi -lift Materials $59.49 7A 3C 8P Yakima Pfp...•.:.. :,.q zz.;,;,* Roto -mill, Roto -grinder $59.96 7A 3C 8P Yakima Pf. ..'f-. l'qz.nimm Saws - Concrete $59.49 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Page 15 of 18 Yakima p.,,. i.. i::g iiim.,. : C.. ‘...;,. l• `,. **,',:it 4.: Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P Yakima P; Wf 'Z' ;"*; ;M.: ;';' Scrapers - Concrete Et Carry All $59.49 7A 3C 8P Yakima Pr. 4.. F,..NVm: W. Scrapers, Self- propelled: 45 Yards And Over $60.49 7A 3C 8P Yakima p.,,. i.. i::g i.i.i,o.,. Service Engineers - Equipment $59.49 7A 3C 8P Yakima P; 'M..; ;"*; ;•;;;.: ;';' Shotcrete/gunite Equipment $56.90 7A 3C 8P Yakima Pr. 4.. F,..NVm: W. Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P Yakima p.,,. i.. i::g iii,o.,. C.. -,;,. l• `,. **,',:it 4.: Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P Yakima P; 'M..; ;"*; ;•;;;.: ;';' Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C 8P Yakima Pr. 4.. F,..NVm: nt. Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $61.10 7A 3C 8P Yakima Pr., , i- F ,Iilpi-i i.,-. i';.- Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C 8P Yakima Pfp...,,.. .,.q,;;;;.;,;;* Slipform Pavers $60.49 7A 3C 8P YakimaP4: ...f- z.iqz.nimm Spreader, Topsider Et Screedman $60.49 7A 3C 8P Yakima Pr., , i- F ,Iilpi-i i.,-. i';.- Subgrader Trimmer $59.96 7A 3C 8P Yakima Pfp...,,.. .,.q,;;;;.;,;;* Tower Bucket Elevators $59.49 7A 3C 8P YakimaP4: ...f- z.iqz.nimm Tower Crane Up To 175 In Height Base To Boom $61.10 7A 3C 8P Yakima Pr., , i- F ,Iilpi-i i.,-. i';.- Tower Crane: over 175' through 250' in height, base to boom $61.72 7A 3C 8P Yakima Pfp...,,.. .,.q,;;;;.;,;;* Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P YakimaP4: ...f- z.iqz.nimm Transporters, All Track Or Truck Type $60.49 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Page 16 of 18 Yakima P,,, - i:. i::g .ii;;,n.i : :. 2,-.-r ,.h• -r, i. id- u 4 ,i ind Trenching Machines $59.49 7A 3C 8P Yakima P2 W222 ;:r: p;;;; h; Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P Yakima Pe, ,.. FnuVm: nt Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P Yakima P,- - i:. i::g .ii;;,n.i Truck Mount Portable Conveyor $59.96 7A 3C 8P Yakima P2 W222 ;:2 : I; hp;;;; h; Welder $60.49 7A 3C 8P Yakima Pe, ,.. FnuVm: nt Wheel Tractors, Farmall Type $56.90 7A 3C 8P Yakima P,- - i:. i::g .ii;;,n.i ,. 2,-.-r ,.h• -r, i. id- u ": ind Yo Yo Pay Dozer $59.96 7A 3C 8P Yakima P; ,,,,,u4 -h;f.• f *eh lz;f u• •u• Journey Level In Charge $50.02 5A 4A Yakima Z....,...........:1111-........2121.„.ii......Ii. SPray Person $47.43 5A 4A Yakima P; ,,,,,u4 -h;f .• f *eh I; ;f u• •u• Tree Equipment Operator $50.02 5A 4A Yakima P4' .4.. i u14.. ': ' '. zn4 4.. I.'' "4.. .P.-HNv Tree Trimmer $44.64 5A 4A Yakima Pf.,...,:- :.A 4.. L f,1; '2; ;:' :' ; ; i fh himizvH Tree Trimmer Groundperson $33.67 5A 4A Yakima P, n.v.;..,r ,',.;!..e,n N ,::.* ,: “.."1.i 4..).mn•.,...., iv,,,,f. h m-•.:* Journey Level $28.11 1 Yakima P., .,.:1•Hi :2; ;7;,; ;:' k P2:,:k.; :, ; Journey Level $29.00 1 Yakima P.....1,.. . Journey Level $17.14 1 Yakima k:, --..H f • •W ,,,I.;,,m;;,, Journey Level $11.86 1 Yakima .., .i,:l,..,p1ii., i::)r „:y,,i,:z. Journey Level $18.00 1 Yakima F: -,f .•;..i. ,4 '‘..', 4. ,,I...i.', Journey Level $17.00 1 Yakima P,... Af , I: i :2; , ': r; ;:: : Journey Level $21.98 1 Yakima P.,-, ,,•;-1.1.-', 4 ,:.,. :.,1 Journey Level $22.43 61 1B Yakima P.: .,J:1,.i '2; ;;;;:r;,2;; ;;:;, Journey Level $14.38 1 Yakima P,..-,H,..,nt.': j i ,i.,.h,q: Journey Level $11.50 1 Yakima k:,.-..; ,,,`1.; • *...,f,4 •p, Journey Level $29.00 1 Yakima z.- , z.- Journey Level $16.32 1 Yakima F: -,f Ph T.',J14. r ;:::. P -p::•1 •p, Journey Level $20.55 1 Yakimap, 2. p. ii:-.) p, f01;;t -,.... i,,i.J li Journey Level $28.11 1 Yakima F:-,f.ii. ,4 ',hf ' -' fvH ,.',J Journey Level (Field or Shop) $42.52 5A 1X https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Page 17 of 18 Yakima F.,.. .i.:1,..,p ii,.., .;,,,!. i**• ,,, Journey Level $17.55 1 Yakima r: -,f ',1.4u0.,. ,.'Z. , Journey Level $11.50 1 Yakima z.., • ' i., ,.. ,,-, ,, Journey Level $16.00 1 Yakima R.,' ,c ,T,.1.-', ,. T pp oT .,.p Journey Level $11.50 1 Yakima P, .P1 , ii7p *i, r -T::::: ,'*i i, Journey Level $17.00 1 Yakima r: -,f 0 ' ',4. i. i. 'n, Journey Level $16.78 1 Yakima P,,:;1 - i Journey Level $12.00 1 Yakima qi4.,.. t. NA,. t. ,.i P,PHP, r Journey Level (Field or Shop) $57.81 5A 1X Yakima ' ,,,z v,,,k H. ,1H4,, Journey Level $14.65 1 Yakima ',Km ,A,',j,,1 , :',. ky i..,z.E r Journey Level $14.65 1 Yakima '.,,.. h;,, ,.1„,- i Journey Level $23.11 5A 1N Yakima t. .:. . „.' Y',•''': Journey Level $11.50 1 Yakima ',•,, ,,i, if ,z. , i.--,,,, ;'Ai`f iV.NO Journey Level $26.43 1 Yakima t,t. ,,.:., r: .' .'r:`..:, '''.,4*:, ieU:.P:. Journey Level $13.23 1 Yakima ' kzv tl, Journey Level $47.64 5A 1M Yakima .r,n,.,--,-,t prl Frii ripa rt Journey Level $11.50 1 Yakima ':+ZZP,4 vq. Z. + Assistant Construction Site Surveyor $59.49 7A 3C 8P Yakima t,m-,4.,vc, Chainman $58.93 7A 3C 8P Yakima ':+ZZP,4 vq. Z. + Construction Site Surveyor $60.49 7A 3C 8P Yakima T,,k,-,,iiimii,v,,- ztv,c, Journey Level $20.00 1 Yakima flh, ,hmn mh Cable Splicer $40.52 5A 2B Yakima T,4,-,,phhil, lil, Hole Digger/Ground Person $22.78 5A 2B Yakima ii 1 ii ii i' i ii i' Installer (Repairer) $38.87 5A 2B Yakima TrP: phpn, PI, Special Aparatus Installer! $40.52 5A 2B Yakima ii 1 ii ii i' i ii i' "• r';$z 4 W fV:i':: Special Apparatus Installer!! $39.73 5A 2B Yakima r., , 0-0 ql,' m,' Telephone Equipment Operator (Heavy) $40.52 5A 2B Yakima k h ;h,,i,. mt Telephone Equipment Operator (Light) $37.74 5A 2B Yakima r., , 0-0 ql,' m,' Telephone Lineperson $37.74 5A 2B Yakima it h L4,,!,. 4 „ . Television Groundperson $21.60 5A 2B Yakima $28.68 5A 2B https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 6/13/2018 Page 18 of 18 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/13/2018 ................................................................................................ . Television Lineperson/Installer Yakima ...................................................................................................... Television System Technician $34.10 5A — 2B — Yakima ;'<-,<.-; >,>„< ;< Television Technician $30.69 5A 2B Yakima Tree Trimmer $37.74 5A 2B Yakima m Journey Level $40.90 5A 1M Yakima i ' ;;; ; > Journey Level $40.90 5A 1M Yakima ; ,i .. ;; .n _r.<> Journey Level $33.33 5A 1M Yakima ;; :,. ,` ,. ;; ; ; ' Journey Level $45.43 7A 11< Yakima Asphalt Mix $14.19 1 Yakima Dump Truck Et Trailer (c.wa-760) $41.41 61 2G Yakima ; :;: , ..<< ;.; ; Dump Truck(c.wa-760) $41.41 61 2G Yakima ::.M ”: ' Y : Other Trucks(c.wa-760) $41.41 61 2G Yakima Transit Mixer $38.96 1 Yakima .. _%; ,,, , ,, ,,, ;; , ;,;;,; Irrigation Pump Installer $25.44 1 Yakima Oiler $11.50 1 Yakima '„ i : ; ;,_. •. ; Well Driller $18.00 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/13/2018 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage C The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage F The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage L All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage J The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 1 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 1 0 The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage P All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage Q The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage V All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y All hours worked outside the hours of 5.00 am and 5.00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay 2 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage W The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage 3 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate Hours worked over twelve hours (12) in a single shift and all work performed after 6.00 pm Saturday to 6.00 am Monday and holidays shall be paid at double the straight time rate of pay Any shift starting between the hours of 6.00 pm and midnight shall receive an additional one dollar ($1 00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage All work performed after 6.00 pm Saturday to 5.00 am Monday and Holidays shall be paid at double the hourly rate of wage After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 3 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 3 E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay Work performed on Sundays between October lith and March lith shall be compensated at one and one half (1-1/2) times the regular rate of pay All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage In the event the job is down due to weather conditions during a five day work week (Monday through Friday) or a four day -ten hour work week (Tuesday through Friday) then Saturday may be worked as a voluntary make-up day at the straight time rate However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J All hours worked between the hours of 1000 pm and 5.00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage B All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay 4 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 4 D All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay Rates include all members of the assigned crew EXCEPTION On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1'/) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage F All hours worked between the hours of 6.00 pm and 6.00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage G All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. Holiday Codes 5 A. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day Thanksgiving Day, and Christmas Day (7) B Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day Thanksgiving Day, the day before Christmas, and Christmas Day (8) , Thanksgiving Day, Friday after , Thanksgiving Day, Friday after C Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Friday after Thanksgiving Day, And Christmas Day (8). Labor Day, Thanksgiving Day, the 5 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 5D Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8) H. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6) L Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7) K. Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9) L Holidays. New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8) N Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9) P Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9) If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday Q Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) R. Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day (7 1/2) S Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7) T Paid Holidays. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6 A. Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8) E. Paid Holidays. New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half - Day On Christmas Eve Day (9 1/2) G Paid Holidays. New Year's Day, Martin Luther King Jr Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11) 6 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 6 H. Paid Holidays. New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10) L Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7) T Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9) Z Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday If a holiday falls on Sunday, the following Monday shall be considered as the holiday 7 A. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8) Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day B Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday C Holidays. New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday D Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays. President's Day Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday E. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Cluistmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday G Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday H. Holidays. New Year's Day, Martin Luther King Jr Day, Independence Day, Memorial Day, Labor Day Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday 7 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 7 L Holidays. New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday J Holidays. New Year's Day, Independence Day, Memorial Day, Labor Day Thanksgiving Day and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday K. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday L Holidays. New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday M. Paid Holidays. New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday N Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday P Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Q Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day R. Paid Holidays. New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10) If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly S Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9) If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly 8 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued T Paid Holidays. New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day (10) If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday Note Codes 8 D Workers working with supplied air on hazmat projects receive an additional $1 00 per hour L. Workers on hazmat projects receive additional hourly premiums as follows -Level A. $0 75, Level B $0.50, And Level C $0.25 M. Workers on hazmat projects receive additional hourly premiums as follows. Levels A & B $1 00, Levels C & D $0.50 N Workers on hazmat projects receive additional hourly premiums as follows -Level A. $1 00, Level B $0 75, Level C. $0.50, And Level D $0.25 P Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2 00, Class B Suit: $1 50, Class C Suit: $1 00, And Class D Suit $0 50 Q The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho These classifications are only effective on or after August 31, 2012 S Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012 T Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012 9 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Note Codes Continued 8 U Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2 00, Class B Suit: $1.50, And Class C Suit: $1 00 Workers performing underground work receive an additional $0 40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer' work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour V In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day The premiums are to be paid one time for the day and are not used in calculating overtime pay Depth premiums apply to depths of fifty feet or more Over 50' to 100' - $2 00 per foot for each foot over 50 feet. Over 101' to 150' - $3 00 per foot for each foot over 101 feet. Over 151' to 220' - $4 00 per foot for each foot over 220 feet. Over 221' - $5 00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1 00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300' Over 600' - $2 00 per foot beginning at 600' W Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 10 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard" For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39 12 The production, in the State of Washington, of non-standard items is covered by RCW 39 12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39 12 1 Is the item fabricated for a public works project? If not, it is not subject to RCW 39 12 If it is, go to question 2 2 Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39 12 If not, go to question 3 3 Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39 12 If not, go to question 4 4 Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39 12 If yes, go to question 5 5 Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39 12 If yes, go to question 6 6 Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39 12 Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330 Supplemental to Wage Rates 1 03/03/2018 Edition, Published February 1St, 2018 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39 12 Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39 12 Items marked with an X in the "NO" column should be considered to be standard and therefore not covered Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION 1 Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1P, and 2 and Concrete Inlets See Std Plans 2 Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2 See Std Plans 3 Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets See Std Plans 4 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter 5 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter 6 Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, 1 thru 5 7 Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, #5 YES NO X X X X X X X Supplemental to Wage Rates 2 03/03/2018 Edition, Published February 1St, 2018 ITEM DESCRIPTION YES NO 8 Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std Plans for size and material type 9 Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans Welding of aluminum shall be in accordance with Section 9-28 14(3) 10 Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc , for bridges 11 Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc , involving welding, cutting, punching and/or boring of holes See Contact Plans for item description and shop drawings 12 Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans Welding of aluminum shall be in accordance with Section 9-28 14(3) 13 Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling Concrete to conform to Section 9-19 1 of Std Spec 14 Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs See Std Plans 15 Precast Drywell Types 1, 2, and with cones and adjustment Sections See Std Plans 16 Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections See Std Plans Supplemental to Wage Rates 03/03/2018 Edition, Published February 1St, 2018 X X X X ITEM DESCRIPTION YES NO 17 Precast Concrete Inlet - with adjustment sections, See Std Plans 18 Precast Drop Inlet Type 1 and 2 with metal grate supports See Std Plans 19 Precast Grate Inlet Type 2 with extension and top units See Std Plans 20 Metal frames, vaned grates, and hoods for Combination Inlets See Std Plans 21 Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes Used for in ground storage of utility facilities and controls See Contract Plans for size and construction requirements Shop drawings are to be provided for approval prior to casting 22 Vault Risers - For use with Valve Vaults and Utilities x Vaults 23 Valve Vault - For use with underground utilities See Contract Plans for details 24 Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier Only new state approved barrier may be used as permanent barrier 25 Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans Fabrication plant has annual approval for methods and materials to be used See Shop Drawing Fabrication at other locations may be approved, after facilities inspection, contact HQ Lab 26 Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans Fabrication plant has annual approval for methods and materials to be used X X X Supplemental to Wage Rates 4 03/03/2018 Edition, Published February 1St, 2018 ITEM DESCRIPTION 27 Precast Railroad Crossings - Concrete Crossing Structure Slabs 28 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02 3(25)A 29 Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02 3(25)A 30 Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02 3(25)A 31 Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02 3(25)A 32 Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02 3(25)A 33 Monument Case and Cover See Std Plan YES NO X X X X X X X Supplemental to Wage Rates 5 03/03/2018 Edition, Published February 1St, 2018 ITEM DESCRIPTION YES NO 34 Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183 See Std Plans, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 35 Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans Shop drawings for approval are required prior to fabrication 36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys See Std Plans, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 37 Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans Shop drawings for approval are to be provided prior to fabrication 38 Light Standard -Prestressed - Spun, prestressed, hollow concrete poles 39 Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std Plans See Specia Provisions for pre -approved drawings 40 Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems Standards to be fabricated to conform with methods and material as specified on Std Plans See Special Provisions for pre -approved drawings 41 Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std Plans X X X X X X X X Supplemental to Wage Rates 6 03/03/2018 Edition, Published February 1St, 2018 ITEM DESCRIPTION YES NO 42 Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting NOTE: *** Fabrication inspection required Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed 43 Cutting & bending reinforcing steel 44 Guardrail components 45 Aggregates/Concrete mixes 46 Asphalt 47 Fiber fabrics 48 Electrical wiring/components 49 treated or untreated timber pile 50 Girder pads (elastomeric bearing) 51 Standard Dimension lumber 52 Irrigation components X Custom Message X X Std Signing Message X X Custom Standard End Sec Sec Covered by WAC 296-127-018 Covered by WAC 296-127-018 X X X X X X Supplemental to Wage Rates 7 03/03/2018 Edition, Published February 1St, 2018 ITEM DESCRIPTION YES 53 Fencing materials 54 Guide Posts 55 Traffic Buttons 56 Epoxy 57 Cribbing 58 Water distribution materials 59 Steel "H" piles 60 Steel pipe for concrete pile casings 61 Steel pile tips, standard 62 Steel pile tips, custom X NO X X X X X X X X X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform See RCW 39 12.010 (The definition of "locality" in RCW 39 12.010(2) contains the phrase "wherein the physical work is being performed " The department interprets this phrase to mean the actual work site Supplemental to Wage Rates 8 03/03/2018 Edition, Published February 1St, 2018 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES*** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127 Supplemental to Wage Rates 9 03/03/2018 Edition, Published February 1St, 2018 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to Sand, gravel, crushed rock, concrete, asphalt, or other similar materials (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39 12 RCW when they perform any or all of the following functions (a) They deliver or discharge any of the above -listed materials to a public works project site (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e g , excavated materials, materials from demolished structures, clean-up materials, etc ) (d) They work in a materials production facility (e g , batch plant, borrow pit, rock quarry, etc ,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/03/2018 Edition, Published February 1St, 2018 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage (4) Workers are not subject to the provisions of chapter 39 12 RCW when they deliver materials to a stockpile (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section, nor does a stockpile include materials delivered or distributed to multiple locations upon the project site, nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located [Statutory Authority. Chapter 39 12 RCW, RCW 43 22 051 and 43.22 270 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09 Statutory Authority. Chapters 39 04 and 39 12 RCW and RCW 43 22 270 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92 ] Supplemental to Wage Rates 11 03/03/2018 Edition, Published February 1St, 2018 SECTION 6 - SPECIFICATIONS FOR CONSTRUCTION This page intentionally left blank. SPECIFICATIONS FOR CONSTRUCTION CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM SPECIFICATIONS FOR CONSTRUCTION These specifications shall govern the construction of the items under this contract unless directed otherwise by the ENGINEER. Section 6, Specifications for Construction, in part, is reprinted from Division I, General Provisions, of "Standard Specifications for Construction of Airports," AC 150-5370-1 OG edition of July 21, 2014, as amended, published by the Federal Aviation Administration, including Notice G-1 The CONTRACTOR shall furnish all labor, materials, and equipment necessary or required to complete the work in all respects as shown on the Plans, as hereinafter specified, or both Each major item is divided, where applicable, into sections consisting of Description, Materials, Construction Methods, Method of Measurements, and Basis of Payment. It is the intent of these Contract Documents to ensure that the progress of the work shall proceed in a systematic manner so that a minimum of inconvenience will result. Construction activity movements around airport property shall be accomplished in strict accordance with FAA Advisory Circular 150/5370-2 "Operational Safety on Airports During Construction" including changes Copies are available at the ENGINEER's office for the CONTRACTOR. Cones, barricades, and flashers required for safety during construction shall be included in the price of other work unless otherwise specified The Construction Safety Plan has been developed to mitigate the adverse impacts of construction on aeronautical operations on the airport. Strict adherence to the provisions of the construction safety plan by all personnel assigned to or visiting the construction site is mandatory for all construction projects In the event CONTRACTOR activities are not in conformance with the provisions of the construction operations plan, the CONTRACTOR shall immediately cease those operations involved in the violation of the provisions of the construction safety plan and conduct a safety meeting The OWNER may direct the CONTRACTOR, in writing, to immediately cease these operations involved in the violation of the provisions of the construction safety plan The CONTRACTOR shall not resume construction operations until an appropriate action is taken as determined by the OWNER. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-1 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-2 Section 7 -Technical Specifications Section 6 -Technical Specifications Table of Contents SECTION 6 - SPECIFICATIONS FOR CONSTRUCTION 1 SPECIFICATIONS FOR CONSTRUCTION 1 ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT 5 ITEM P-153 CONTROLLED LOW -STRENGTH MATERIAL (CLSM) 11 ITEM P-154 SUBBASE COURSE 13 ITEM P-209 CRUSHED AGGREGATE BASE COURSE 17 ITEM P-401 HOT MIX ASPHALT (HMA) PAVEMENTS 23 ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT 47 ITEM P-603 BITUMINOUS TACK COAT 79 ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS 81 ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE 85 ITEM P-620 RUNWAY AND TAXIWAY MARKING 93 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 97 ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES 103 ITEM T-901 SEEDING 109 ITEM T-904 SODDING 115 ITEM T-905 TOPSOILING 119 ITEM SP -1 MOBILIZATION 123 ITEM SP -2 CONSTRUCTION SURVEYING 125 ITEM SP -3 AIRCRAFT TIE -DOWN ANCHORS 127 ITEM SP -4 SAFETY 129 ITEM SP -5 AIRPORT SECURITY AND PROJECT SITE ACCESS 133 ITEM SP -6 GEOTEXTILE SEPARATION FABRIC 135 ITEM SP -7 DEMOLITION 139 ITEM SP -8 ASPHALT OVERLAY FABRIC 144 ITEM SP -9 CRACK SEALING 149 ITEM SP -10 BASIC ELECTRICAL MATERIALS AND METHODS 151 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-3 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-4 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans 152-1.2 Classification. All material excavated shall be classified as defined below. a. Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature which is not otherwise classified and paid for under one of the following items. b. Unsuitable overdepth excavation. Unsuitable overdepth excavation is defined as the removal of material below the normal excavation limits shown or required by typical section and cross-section The removal may be required due to existing field conditions during the period of the unclassified excavation process Unsuitable overdepth excavation occurs only in cases where removal of yielding material deemed unsuitable for subgrade foundation is encountered Material as designated by the Engineer shall be excavated and disposed of off site Prior to excavating this material, the Engineer shall direct the Contractor's operation related to dimensions required for all unsuitable overdepth excavation Any unsuitable overdepth excavation whose removal is not directed by the Engineer will be ineligible for measurement and payment. The Contractor shall use imported material meeting the requirements of ITEM P-154 SUBBASE COURSE to replace unsuitable material All costs associated with the subbase course material used to replace unsuitable material shall be incidental to this item and shall not be paid for separately CONSTRUCTION METHODS 152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151 The suitability of material to be placed in embankments shall be subject to approval by the Engineer All unsuitable material shall be disposed of in waste areas shown on the plans All waste areas shall be graded to allow positive drainage of the area and of adjacent areas The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the Engineer notified per subsection 70-20 At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal Such excavation will be paid for as extra work. Those areas outside of the limits of the pavement areas where the top layer of soil material has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches to loosen and pulverize the soil If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary The Contractor, at his or her expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. 152-2.2 Excavation. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface All areas to be excavated shall be stripped of vegetation and topsoil Topsoil shall be stockpiled for future use in areas designated on the plans or by the Engineer All suitable excavated 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-5 Section 6 -Technical Specifications material shall be used in the formation of embankment, subgrade, or other purposes shown on the plans All unsuitable material shall be disposed of as shown on the plans When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed as directed by the Engineer When the volume of excavation is not sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas The grade shall be maintained so that the surface is well drained at all times When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. a. Selective grading. When selective grading is indicated on the plans, the more suitable material designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment as specified in paragraph 152-3 3 b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches below the subgrade or to the depth specified by the Engineer Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified Unsuitable materials shall be disposed off the airport. The cost is incidental to this item This excavated material shall be paid for at the contract unit price per cubic yard for under Unsuitable Overdepth Excavation The excavated area shall be backfilled with suitable material meeting the requirements of ITEM P-154 SUBBASE COURSE All costs associated with this task and the subbase course material used to replace unsuitable material shall be incidental to this item and shall not be paid for separately Where rock cuts are made, backfill with select material Any pockets created in the rock surface shall be drained in accordance with the details shown on the plans c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer All overbreak shall be graded or removed by the Contractor and disposed of as directed by the Engineer The Engineer shall determine if the displacement of such material was unavoidable and his or her decision shall be final Payment will not be made for the removal and disposal of overbreak that the Engineer determines as avoidable Unavoidable overbreak will be classified as "Unclassified Excavation " d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor; for example, the utility unless otherwise shown on the plans All existing foundations shall be excavated at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the Engineer All foundations thus excavated shall be backfilled with suitable material and compacted as specified e. Compaction requirements. The subgrade under areas to be paved shall be compacted to a depth of 6 Inches and to a density of not less than 90 percent of the maximum density for non -cohesive soils and to a depth of 6 inches and to a density of not less than 95% percent of the maximum density for cohesive soils as determined by ASTM D1557 The material to be compacted shall be within ±2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils) The in-place field density shall be determined in accordance with ASTM D1556, ASTM D2167, or ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material The machine shall be calibrated in accordance with ASTM D6938 Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade The finished grading operations, conforming to the typical cross-section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-6 Section 6 -Technical Specifications All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line All cut -and -fill slopes shall be uniformly dressed to the slope, cross- section, and alignment shown on the plans or as directed by the Engineer Blasting shall not be allowed f. Proof rolling. As directed by the Engineer 152-2.3 Borrow excavation. Borrow areas within the airport property are indicated on the plans Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed by the Engineer When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the borrow sources, subject to the approval of the Engineer The Contractor shall notify the Engineer at least 15 days prior to beginning the excavation so necessary measurements and tests can be made All borrow pits shall be opened up to expose the various strata of acceptable material to allow obtaining a uniform product. All unsuitable material shall be disposed of by the Contractor Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly 152-2.4 Drainage excavation. Drainage excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet ditches, for temporary levee construction, or for any other type as designed or as shown on the plans The work shall be performed in sequence with the other construction Intercepting ditches shall be constructed prior to starting adjacent excavation operations All satisfactory material shall be placed in embankment fills, unsuitable material shall be placed in designated waste areas or as directed by the Engineer All necessary work shall be performed true to final line, elevation, and cross-section The Contractor shall maintain ditches constructed on the project to the required cross-section and shall keep them free of debris or obstructions until the project is accepted 152-2.5 Preparation of embankment area. Where an embankment is to be constructed to a height of 4 feet or less, all sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches and shall then be compacted as indicated in paragraph 152-2 6 When the height of fill is greater than 4 feet, sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches and compacted as specified for the adjacent fill No direct payment shall be made for the work performed under this section The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 Formation of embankments. Embankments shall be formed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross-section, unless otherwise approved by the Engineer The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the Engineer Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times The material in each layer shall be within ±2% of optimum moisture content before rolling to obtain the prescribed compaction To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1,000 square yards Based on these tests, the Contractor 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-7 Section 6 -Technical Specifications shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density Rolling operations shall be continued until the embankment is compacted to not less than 95% of maximum density for noncohesive soils, and 90% of maximum density for cohesive soils as determined by ASTM D1557 Under all areas to be paved, the embankments shall be compacted to a depth of 6 inches and to a density of not less than 90% percent of the maximum density for non -cohesive soils and to a depth of 6 inches and to a density of not less than 95% percent of the maximum density for cohesive soils as determined by ASTM D1557 On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm) The in-place field density shall be determined in accordance with ASTM D1556, ASTM D2167, and/or ASTM 6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material The machine shall be calibrated in accordance with ASTM D6938 The Contractor's laboratory shall perform all density tests in the Engineer's presence and provide the test results upon completion to the Engineer for acceptance Compaction areas shall be kept separate, and no layer shall be covered by another layer until the proper density is obtained During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each layer is placed Layer placement shall begin in the deepest portion of the embankment fill As placement progresses, the layers shall be constructed approximately parallel to the finished pavement grade line When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas Stones or fragmentary rock larger than 4 inches in their greatest dimensions will not be allowed in the top 6 inches of the subgrade Rockfill shall be brought up in layers as specified or as directed by the Engineer and the finer material shall be used to fill the voids with forming a dense, compact mass Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated on the plans or by the Engineer When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet in thickness Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet below the finished subgrade There will be no separate measurement of payment for compacted embankment. All costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other operations necessary for construction of embankments will be included in the contract price for excavation, borrow, or other items 152-2.7 Finishing and protection of subgrade. After the subgrade is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly All low areas, holes or depressions in the subgrade shall be brought to grade with suitable select material Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans Grading of the subgrade shall be performed so that it will drain readily The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes All ruts or rough places that develop in the completed subgrade shall be graded and recompacted The use of machine or computer controlled equipment for the automatic establishment of designed grades and elevations may be used on the project, subject to approval of the system and methods by the ENGINEER. The Contractor is directed to the requirements in Section 50-06, CONSTRUCTION LAYOUT AND STAKES of the Owner's Supplemental FAA General Provisions for use of any machine/computer controlled grade setting equipment. The Contractor shall not be allowed to start the use of 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-8 Section 6 -Technical Specifications machine/computer controlled grade setting equipment until all the criteria for its use as required in Section 50-06 of the Owners Supplemental, has been submitted and verified to meet the requirements No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer 152-2.8 Haul. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved No payment will be made separately or directly for hauling on any part of the work. 152-2.9 Tolerances. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 12 -foot straightedge applied parallel and at right angles to the centerline at 50 foot intervals ander shall not show any deviation in excess of 1/2 inch, or shall not be more than 0 05 feet from true grade as established by grade hubs Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting Surface tolerance testing will be performed by the Engineer with a 12 -foot straightedge supplied by the Contractor On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0 10 feet from true grade as established by grade hubs Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping 152-2.10 Topsoil. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations The topsoil shall meet the requirements of Item T- 905 If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations Stockpiles shall not be placed within 400 -feet of runway pavement or 93 -feet of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment fill If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905 No direct payment will be made for topsoil under Item P-152 The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard for "Unclassified Excavation " When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard for "topsoiling," as provided in Item T-905 METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for; shall be the number of cubic yards measured in its original position, and shall be computed by the average end area method using the neat line grades and cross sections shown on the construction plans Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed 152-3.2 Borrow material shall be paid for on the basis of, the number of cubic yards measured in its original position at the borrow pit. 152-3.3 Stockpiled material shall be paid for on the basis of, the number of cubic yards measured in the stockpiled position 152-3.4 For payment specified by the cubic yard, measurement for all excavation, shall be computed by the average end area method The end area is that bound by the original ground line established by field cross-sections and the final theoretical pay line established by excavation cross-sections shown on the plans, subject to verification by the Engineer After completion of all excavation operations and prior to the placing of base or subbase material, the final excavation shall be verified by the Engineer by means of field cross-sections, taken randomly at intervals not exceeding 500 linear feet (150 m) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-9 Section 6 -Technical Specifications BASIS OF PAYMENT 152-4.1 "Unclassified excavation" payment shall be made at the contract unit price per cubic yard This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item 152-4.2 For "Unsuitable Overdepth Excavation" payment shall be made at the contract unit price per cubic yard This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item including all costs associated with the subbase course material used to replace the unsuitable material Payment will be made under Item P-152-4 1 Unclassified Excavation — per cubic yard Item P-152-4.2 Unsuitable Overdepth Excavation — per cubic yard TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-152 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-10 Section 6 -Technical Specifications ITEM P-153 CONTROLLED LOW -STRENGTH MATERIAL (CLSM) DESCRIPTION 153-1.1 This item shall consist of furnishing, transporting, and placing a controlled low -strength material (CLSM) as flowable backfill in trenches or at other locations shown on the plans or as directed by the Engineer MATERIALS 153-2.1 Materials. a. Portland cement. Portland cement shall conform to the requirements of ASTM C150 Type II If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected Cement salvaged from discarded or used bags shall not be used b. Fly ash. Fly ash shall conform to ASTM C618, Class C or F c. Fine aggregate (sand). Fine aggregate shall conform to the requirements of ASTM C33 except for aggregate gradation Any aggregate gradation which produces performance characteristics of the CLSM specified here will be accepted, except as follows Sieve Size Percent Passing by weight 3/4 inch (19 mm) 100 No 200 (0 075 mm) 0 - 12 d. Water. Water used in mixing shall be potable and free of oil, salt, acid, alkali, sugar, vegetable matter, or other substances injurious to the finished product. MIX DESIGN 153-3.1 Proportions. The Contractor shall submit, to the Engineer, a mix design including the proportions and source of aggregate, fly ash, cement, water, and approved admixtures No CLSM mixture shall be produced for payment until the Engineer has given written approval of the proportions The proportions shall be prepared by a laboratory and shall remain in effect for the duration of the project. Laboratory costs are incidental to this item The proportions shall establish a single percentage or weight for aggregate, fly ash, cement, water, and any admixtures proposed a. Compressive strength. CLSM shall be designed to achieve a 28 -day compressive strength of 100 to 300 psi when tested in accordance with ASTM D4832 There should be no significant strength gain after 28 days b. Consistency. CLSM should be designed to achieve a consistency that will produce an approximate 8 -inch (200 mm) diameter circular -type spread without segregation when tested by. (1) filling a 3 -inch inside diameter by 6 -inch length flow cylinder (non-absorbent pipe) (2) strike off of the flow cylinder and start of lift within five seconds of filling and (3) by steady upward pull, lift the cylinder in a time period of between two and four seconds Adjustments of the material proportions should be made to achieve proper solid suspension and flowable characteristics, however the theoretical yield shall be maintained at one cubic yard (cubic meter) for the given batch weights CONSTRUCTION METHODS 153-4.1 Placement. a. Placement. CLSM may be placed by any reasonable means from a mixing unit into the space to be filled Agitation is required during transportation and waiting time Placement shall be performed so structures or pipes are not displaced from their final position and intrusion of CLSM into unwanted areas is avoided The material shall be brought up uniformly to the fill line shown on the plans or as directed by the Engineer Each placement of CLSM shall be as continuous an operation as possible 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-11 Section 6 -Technical Specifications If CLSM is placed in more than one layer, the base layer shall be free of surface water and loose foreign material prior to placement of the next layer b. Limitations of placement. CLSM shall not be placed on frozen ground Mixing and placing may begin when the air or ground temperature is at least 35°F (2°C) and rising At the time of placement, CLSM shall have a temperature of at least 40°F (4°C) Mixing and placement shall stop when the air temperature is 40°F (4°C) and falling or when the anticipated air or ground temperature will be 35°F (2°C) or less in the 24 hour period following proposed placement. 153-4.2 Curing and protection. a. Curing. The air in contact with the CLSM shall be maintained at temperatures above freezing for a minimum of 72 hours If the CLSM is subjected to temperatures below 32°F (0°C), the material may be rejected by the Engineer if damage to the material is observed b. Protection. The CLSM shall not be subject to loads and shall remain undisturbed by construction activities for a period of 48 hours or until a compressive strength of 15 psi (105 kPa) is obtained The Contractor shall be responsible for providing evidence to the Engineer that the material has reached the desired strength Acceptable evidence shall be based upon compressive tests made in accordance with paragraph 153-3 1 a 153-4.3 Acceptance. Acceptance of CLSM delivered and placed as shown on the plans or as directed by the Engineer shall be based upon mix design approval and batch tickets provided by the Contractor to confirm that the delivered material conforms to the mix design The Contractor shall verify by additional testing, each 1,000 cubic yards (765 m3) of material used Verification shall include confirmation of material proportions and tests of compressive strength to confirm that the material meets the original mix design and the requirements of CLSM as defined in this specification Adjustments shall be made as necessary to the proportions and materials prior to further production METHOD OF MEASUREMENT 153-5.1 Controlled low -strength material shall not be measured for payment as it is considered incidental to other bid items BASIS OF PAYMENT 153-6.1 Payment for controlled low -strength material shall not be made as it is considered incidental to other bid items TESTING REQUIREMENTS ASTM D4832 Standard Test Method for Preparation and Testing of Controlled Low -Strength Material (CLSM) Test Cylinders ASTM C33 ASTM C150 ASTM C618 ASTM C595 MATERIAL REQUIREMENTS Standard Specification for Concrete Aggregates Standard Specification for Portland Cement Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete Standard Specification for Blended Hydraulic Cements END OF ITEM P-153 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-12 Section 6 -Technical Specifications ITEM P-154 SUBBASE COURSE DESCRIPTION 154-1.1 This item shall consist of a subbase course composed of granular materials constructed on a prepared subgrade or underlying course in accordance with these specifications, and in conformity with the dimensions and typical cross-section shown on the plans MATERIALS 154-2.1 Materials. The subbase material shall consist of hard durable particles or fragments of granular aggregates This material will be mixed or blended with fine sand, clay, stone dust, or other similar binding or filler materials produced from approved sources This mixture must be uniform and shall comply with the requirements of these specifications as to gradation, soil constants, and shall be capable of being compacted into a dense and stable subbase The material shall be free from vegetative matter, lumps or excessive amounts of clay, and other objectionable or foreign substances Pit -run material may be used, provided the material meets the gradation requirements specified Gradation Requirements Sieve designation (square openings) as per ASTM C136 and ASTM D422 Percentage by weight passing sieves 3 inch 100 No 10 20-100 No 40 5-60 No 200 0-85 The portion of the material passing the No 40 sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than six (6) when tested in accordance with ASTM D4318 The material finer than 0 02 mm shall be limited to a maximum of 3% and the maximum allowable material passing the No 200 sieve shall be 0-5% Testing per ASTM D422 will be required for the percentage passing the 0 02 mm particle size once per lot. 154-2.2 Sampling and testing. Material used on the project shall be sampled per ASTM D75 and tested per ASTM C136 and ASTM C117 Results shall be furnished to the Engineer by the Contractor prior to the start of construction and once per day during construction Field testing and frequency of testing subbase will be performed at a frequency of 1 test per 1,000 cubic yards CONSTRUCTION METHODS 154-3.1 General. The subbase course shall be placed where designated on the plans or as directed by the Engineer The material shall be shaped and thoroughly compacted within the tolerances specified Granular subbases which, due to grain sizes or shapes, are not sufficiently stable to support the construction equipment without movement, shall be mechanically stabilized to the depth necessary to provide stability as directed by the Engineer The mechanical stabilization shall include the addition of a fine-grained medium to bind the particles of the subbase material sufficiently to furnish a bearing strength, so the course will not deform under construction equipment traffic The addition of the binding medium to the subbase material shall not increase the soil constants of that material above the specified limits 154-3.2 Operation in pits. The subbase material shall be obtained from pits or sources that have been approved by the Engineer The material in the pits shall be excavated and handled to produce a uniform and satisfactory product. All work involved in clearing and stripping pits and handling unsuitable material encountered shall be performed by the Contractor The cost of this work is incidental to this item 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-13 Section 6 -Technical Specifications 154-3.3 Preparing underlying course. Prior to constructing the subbase course, clean the underlying course or subgrade of all foreign substances The surface of the underlying course or subgrade shall meet specified compaction and surface tolerances Correct ruts, or soft yielding spots, in the underlying courses and subgrade areas having inadequate compaction and deviations of the surface from the specified requirements by loosening and removing soft or unsatisfactory material and by adding approved material, reshaping to line and grade, and recompacting to specified density requirements For cohesionless underlying courses or subgrades containing sands or gravels, as defined in ASTM D2487, the surface shall be stabilized prior to placement of the overlying course Accomplish stabilization by mixing the overlying course material into the underlying course, and compacting by approved methods The stabilized material shall be considered as part of the underlying course and shall meet all requirements for the underlying course The finished underlying course shall not be disturbed by traffic or other operations and shall be maintained in a satisfactory condition until the overlying course is placed The course shall be checked and accepted by the Engineer before placing and spreading operations are started To protect the subgrade and to ensure proper drainage, the spreading of the subbase shall begin along the centerline of the pavement on a crowned section or on the high side of pavements with a one-way slope 154-3.4 Materials acceptance in existing condition. When the entire subbase material is in a uniform and satisfactory condition at approximately the required moisture content, the approved material may be moved directly to the spreading equipment for placing The material may be obtained from gravel pits, stockpiles, or may be produced from a crushing and screening plant with proper blending The materials from these sources shall meet the requirements for gradation, quality, and consistency The intent of the specifications is to secure materials that will not require further mixing The moisture content of the material shall be approximately that required to obtain maximum density Any minor deficiency or excess in moisture content may be corrected by surface sprinkling or by aeration Some mixing or aeration may be required prior to rolling to obtain the required moisture content. Blading or dragging, if necessary, shall be performed to obtain a smooth uniform surface true to line and grade 154-3.5 Plant mixing. When materials from several sources will be blended and mixed, the subbase material shall be processed in a central mixing plant. The subbase material, together with any blended material, shall be thoroughly mixed with the required amount of water After the mixing is complete, the material shall be transported to and spread on the underlying course without undue loss of moisture content. 154-3.6 General methods for placing. The subbase course shall be constructed in layers of not less than inches nor more than 8 inches of compacted thickness The subbase material shall be deposited and spread evenly to a uniform thickness and width The material, as spread, shall be of uniform gradation with no pockets of fine or coarse materials The subbase, unless otherwise permitted by the Engineer, shall not be spread more than 2,000 square yards in advance of the rolling Any necessary sprinkling shall be kept within this limit. No material shall be placed in snow or on a soft, muddy, or frozen course When more than one layer is required, the construction procedure described here shall apply similarly to each layer During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, shoulder, or foreign material in the subbase course mixture 154-3.7 Finishing and compacting. After spreading or mixing, the subbase material shall be thoroughly compacted by rolling and sprinkling, when necessary Sufficient rollers shall be furnished to adequately handle the rate of placing and spreading of the subbase course The field density of the compacted material shall be at least 100% of the maximum density of laboratory specimens prepared from samples of the subbase material delivered to the jobsite The laboratory specimens shall be compacted and tested in accordance with ASTM D1557 The in-place field density shall be determined in accordance with ASTM D1556 Test in accordance with ASTM D4718 if greater than 30% is retained on the 3/4" sieve or ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material The machine shall be calibrated in accordance with ASTM D6938 The moisture content of the material at the start of compaction shall be within ±2% of the optimum moisture content. The in-place field density shall be taken every 1,000 square yards per lift of subbase course All testing shall be done by the Contractor's laboratory in the presence of 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-14 Section 6 -Technical Specifications the Engineer, and density test results shall be furnished upon completion to the Engineer for acceptance determination The course shall not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the subbase When the rolling develops irregularities that exceed 3/8 inch when tested with a 12 feet straightedge, the irregular surface shall be loosened and then refilled with the same kind of material as that used in constructing the course and again rolled as required above Along places inaccessible to rollers, the subbase material shall be tamped thoroughly with mechanical or hand tampers Sprinkling during rolling, if necessary, shall be by equipment approved by the Engineer Water shall not be added in manner or quantity that allows free water to reach the underlying layer and cause it to become soft. 154-3.8 Surface tolerance. The surface of the top layer shall show no deviations in excess of 3/8 inch when tested with a 12 -foot straightedge Take measurements in successive positions parallel to the centerline of the area to be paved Measurements shall also be taken perpendicular to the centerline at 50 foot intervals Correct deviations exceeding this amount by removing material and replacing with new material, or by reworking existing material and compacting it to meet these specifications 154-3.9 Thickness control. The completed thickness of the course(s) shall be in accordance with the thickness and grade indicated on the drawings The completed course shall not be more than 1/2 inch deficient in thickness nor more than 1/2 inch above or below the established grade Where any of these tolerances are exceeded, correct such areas by scarifying, adding new material of proper gradation or removing material, and compacting, as directed Where the measured thickness is 1/2 inch or more thicker than shown, the course will be considered as conforming with the specified thickness requirements plus 1/2 inch The average job thickness shall be the average of the job measurements as specified above but within 1/4 inch of the thickness shown The thickness of the completed subbase course shall be determined by depth tests or sample holes taken at intervals so each test shall represent no more than 500 square yards 154-3.10 Protection. Work on subbase course shall not be conducted during freezing temperatures nor when the subgrade is wet. When the subbase material contains frozen material or when the underlying course is frozen, the construction shall be stopped The Contractor shall protect and maintain the subgrade from yielding until the subbase is accepted 154-3.11 Maintenance. The Contractor shall maintain the completed course in a satisfactory condition until accepted by the Engineer METHOD OF MEASUREMENT 154-4.1 Subbase course shall be measured by the number of cubic yards of subbase course material placed, compacted, and accepted in the completed course The quantity of subbase course material shall be measured in final position based upon depth tests or cores taken as directed by the Engineer, at the rate of one (1) depth test for each 500 square yard of subbase course On individual depth measurements, thicknesses more than 1/2 inch in excess of that shown on the plans shall be considered as the specified thickness plus 1/2 inch in computing the yardage for payment. Subbase materials shall not be included in any other excavation quantities BASIS OF PAYMENT 154-5.1 Payment shall be made at the contract unit price per cubic yard for subbase course This price shall be full compensation for furnishing all materials, for all preparation, hauling, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item Payment will be made under Item P-154-5 1 Subbase Course - per cubic yard (cy) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-15 Section 6 -Technical Specifications TESTING REQUIREMENTS ASTM C117 Standard Test Method for Materials Finer Than 75 -pm (No 200) Sieve in Mineral Aggregates by Washing ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D75 Standard Practice for Sampling Aggregates ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700 kN-m/m3)) ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4253 Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 END OF ITEM P-154 Page 6-16 Section 6 -Technical Specifications ITEM P-209 CRUSHED AGGREGATE BASE COURSE DESCRIPTION 209-1.1 This item consists of a base course composed of crushed aggregate base constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross-sections shown on the plans MATERIALS 209-2.1 Crushed aggregate base. Crushed aggregate shall consist of clean, sound, durable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, organic material, or other objectionable materials Aggregates shall contain no clay lumps or balls Fine aggregate passing the No 4 (4 75 mm) sieve shall consist of fines from the coarse aggregate crushing operation If necessary, fine aggregate may be added to produce the correct gradation The fine aggregate shall be produced by crushing stone, gravel, or slag that meet the coarse aggregate requirements for wear and soundness The crushed slag shall be an air-cooled, blast furnace slag and shall have a unit weight of not less than 70 pounds per cubic foot when tested per ASTM C29 The coarse aggregate portion, defined as the material retained on the No 4 sieve, shall not have a loss of greater than 45% when tested per ASTM C131 The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88 The aggregate shall contain no more than 15%, by weight, of flat, elongated, or flat and elongated particles per ASTM D4791 A flat particle is one having a ratio of width to thickness greater than 3, an elongated particle is one having a ratio of length to width greater than three (3) The aggregate shall have at least 90% by weight of particles with at least two fractured faces and 100% with at least one fractured face per ASTM D5821 The area of each face shall be equal to at least 75% of the smallest mid -sectional area of the piece When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces a. Sampling and testing for initial aggregate base requirements Samples shall be taken by the Contractor in the presence of the Engineer Material shall meet the requirements in paragraph 209-2 1 and 209- 2.2 This sampling and testing will be the basis for approval of the aggregate base quality requirements All tests for initial aggregate submittals necessary to determine compliance with the specifications requirements will be made by the Engineer at no expense to the Contractor The Engineer may require the Contractor to take additional samples and perform additional testing should gradation test results during aggregate material placement indicate repeated non-compliance The test results shall be furnished to the Engineer Any additional sampling and testing shall be at the Contractor's expense 209-2.2 Gradation requirements. The gradation of the aggregate base material shall meet the requirements of the gradation given in the following table when tested per ASTM C117 and ASTM C136 The gradation shall be well graded from coarse to fine as defined by ASTM D2487 and shall not vary from the lower limit on one sieve to the high limit on an adjacent sieve or vice versa The fraction of material passing the No 200 sieve shall not exceed one-half the fraction passing the No 40 sieve The material finer than 0 02 mm shall be limited to a maximum of 3% and the maximum allowable material passing the No 200 sieve shall be reduced to 0-5% Testing per ASTM D422 will be required for the percentage passing the 0.02 mm particle size once per lot. The test for material finer than 0.02 mm shall be included as part of the initial sampling and testing of the aggregate base. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-17 Section 6 -Technical Specifications Requirements for Gradation of Aggregate Base Sieve Size Design Range Percentage by Weight Contractor's Final Gradation Job Control Grading Band Tolerances for Contractor's Final Gradation Percent 2 inch (50 mm) 100 0 1-1/2 inch (38 mm) 95-100 ±5 1 inch (25 mm) 70-95 ±8 3/4 inch (19 mm) 55-85 ±8 No 4 (4 75 mm) 30-60 ±8 No 40 (0 45 mm) 10-30 ±5 No 200 (0 075 mm) 0-8 ±3 The "Job Control Grading Band Tolerances for Contractor's Final Gradation" in the table shall be applied to "Contractor's Final Gradation" to establish a job control grading band The full tolerance still applies if application of the tolerances results in a job control grading band outside the design range a. Sampling and testing for gradation Gradation tests shall be performed by the Contractor per ASTM C136 and sieve analysis on material passing the No 200 sieve per ASTM C112 The Contractor shall take at least two aggregate base samples per lot to check the final gradation Sampling shall be per ASTM D75 The lot will be consistent with the lot size used for density The samples shall be taken from the in-place, un -compacted material in the presence of the Engineer Sampling points and intervals will be designated by the Engineer CONSTRUCTION METHODS 209-3.1 Preparing underlying subgrade and/or subbase. The underlying subgrade and/or subbase shall be checked and accepted by the Engineer before base course placing and spreading operations begin Re -proof rolling of the subgrade or proof rolling of the subbase in accordance with P-152, at the Contractor's expense, may be required by the Engineer if the Contractor fails to ensure proper drainage or protect the subgrade and/or subbase Any ruts or soft, yielding areas due to improper drainage conditions, hauling, or any other cause, shall be corrected before the base course is placed To ensure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope 209-3.2 Production. The aggregate shall be uniformly blended and, when at a satisfactory moisture content per paragraph 209-3 4, the approved material may be transported directly to the spreading equipment. 209-3.3 Placing. The aggregate base material shall be placed on the prepared underlying subgrade and/or subbase and compacted in layers to the thickness shown on the plans Work shall progress without interruption The material shall be deposited and spread in lanes in a uniform layer without segregation to such loose depth that, when compacted, the layer shall have the specified thickness The aggregate base course shall be constructed in layers of uniform thickness of not less than 3 inches nor more than 6 inches of compacted thickness The aggregate as spread shall be of uniform grading with no pockets of fine or coarse materials The aggregate, unless otherwise permitted by the Engineer, shall not be spread more than 2,000 square yards in advance of the rolling Any necessary sprinkling shall be kept within these limits Care shall be taken to prevent cutting into the underlying layer during spreading No material shall be placed in snow or on a soft, muddy, or frozen course The aggregate base material shall be spread by spreader boxes or other approved devices This equipment shall have positive thickness controls that spread the aggregate in the required amount to avoid or minimize the need for hand manipulation Dumping from vehicles that require re -handling shall not be permitted Hauling over the uncompacted base course shall not be permitted 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-18 Section 6 -Technical Specifications When more than one layer is required, the construction procedure described herein shall apply similarly to each layer 209-3.4 Compaction Immediately after completion of the spreading operations, compact each layer of the base course, as specified, with approved compaction equipment. The number, type, and weight of rollers shall be sufficient to compact the material to the required density within the same day that the aggregate is placed on the subgrade The moisture content of the material during placing operations shall be within ±2 percentage points of the optimum moisture content as determined by ASTM D6983 209-3.5 Acceptance sampling and testing for density. Aggregate base course shall be accepted for density on a lot basis A lot will consist of one day's production if it does not exceed 2,400 square yards A lot will consist of one-half day's production if a day's production consists of between 2,400 and 4,800 square yards The Contractor's laboratory shall perform all density tests in the Engineer's presence and provide the test results upon completion daily to the Engineer for acceptance. The Contractor's testing laboratory shall immediately notify the Engineer of any areas which do not meet the required densities when tested Each lot shall be divided into two equal sublots One test shall be made for each sublot and shall consist of the average of two random locations for density determination Sampling locations will be determined by the Engineer on a random basis per ASTM D3665 Each lot will be accepted for density when the field density is at least 100% of the maximum density of laboratory specimens The specimens shall be compacted and tested per ASTM D1557. The in-place field density shall be determined per ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material The machine shall be calibrated in accordance with ASTM D6938 If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made at the Contractor's expense This procedure shall be followed until the specified density is reached 209-3.6 Surface tolerances. After the course has been compacted, the surface shall be tested for smoothness and accuracy of grade and crown Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches (75 mm), reshaped and recompacted to grade until the required smoothness and accuracy are obtained and approved by the Engineer Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor's expense The smoothness and accuracy requirements specified here apply only to the top layer when base course is constructed in more than one layer a. Smoothness. The finished surface shall not vary more than 3/8 inch when tested with a 12 -foot straightedge applied parallel with and at right angles to the centerline The straightedge shall be moved continuously at half the length of the 12 -foot straightedge for the full length of each line on a 50 -foot grid b. Accuracy. The grade and crown shall be measured on a 50 -foot grid and shall be within +0 and -1/2 inch of the specified grade 209-3.7 Thickness control. The thickness of the base course shall be within +0 and -1/2 inch of the specified thickness as determined by depth tests taken by the Contractor in the presence of the Engineer Tests shall be taken at intervals representing no more than 300 square yards per test. Sampling locations will be determined by the Engineer per ASTM D3665 Where the thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas at no additional cost by scarifying to a depth of at least 3 inches, adding new material of proper gradation, and the material shall be blended and recompacted to grade Additional test holes may be required to identify the limits of deficient areas The Contractor shall replace, at his expense, base material where depth tests have been taken In lieu of coring to determine thickness, the Contactor may survey for thickness The Contractor shall provide to the Engineer the surveyed elevations of the underlying surface at predetermined locations prior to the start of placing the aggregate base and the finished elevations at the same locations after placement 209-3.8 Protection. Perform construction when the atmospheric temperature is above 35°F When the temperature falls below 35°F, protect all completed areas by approved methods against detrimental effects of freezing Correct completed areas damaged by freezing, rainfall, or other weather conditions to meet specified requirements When the aggregates contain frozen materials or when the underlying course is frozen or wet, the construction shall be stopped Hauling equipment may be routed over completed portions of the base course, provided no damage results Equipment shall be routed over the full width of the base 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-19 Section 6 -Technical Specifications course to avoid rutting or uneven compaction The Engineer will stop all hauling over completed or partially completed base course when, in the Engineer's opinion, such hauling is causing damage Any damage to the base course shall be repaired by the Contractor at the Contractor's expense 209-3.9 Maintenance. The Contractor shall maintain the base course in a satisfactory condition until the full pavement section is completed and accepted by the Engineer The surface shall be kept clean and free from foreign material and properly drained at all times Maintenance shall include immediate repairs to any defects and shall be repeated as often as necessary to keep the area intact. Any base course that is not paved over prior to the onset of winter shall be retested to verify that it still complies with the requirements of this specification Any area of base course that is damaged shall be reworked or replaced as necessary to comply with this specification Equipment used in the construction of an adjoining section may be routed over completed base course, if no damage results and the equipment is routed over the full width of the base course to avoid rutting or uneven compaction The Contractor shall remove all survey and grade hubs from the base courses prior to placing any bituminous surface course METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course will be determined by measurement of the number of cubic yards of material actually constructed and accepted by the Engineer as complying with the plans and specifications Base materials shall not be included in any other excavation quantities BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per cubic yard for crushed aggregate base course This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item Payment will be made under Item P-209-5 1 Crushed Aggregate Base Course - per cubic yard (cy) TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75 -pm (No 200) Sieve in Mineral Aggregates by Washing ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D75 Standard Practice for Sampling Aggregates ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3)) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-20 Section 6 -Technical Specifications ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D5821 Standard Test Method for Determining the Percentage of Fractured Particles in Coarse Aggregate ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 END OF ITEM P-209 Page 6-21 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-22 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM P-401 HOT MIX ASPHALT (HMA) PAVEMENTS DESCRIPTION 401-1.1 This item shall consist of pavement courses composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross-sections shown on the plans Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course The work set forth in this section consists of the Contractor's preparation and submittal of an appropriate mix design, including the Contractor's options with respect thereto, discussion of appropriate equipment for use by the Contractor and the placement of pavement composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross-sections shown on the plans Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course Section headings used in this Section P-401 or any other part of this Contract are for convenience only and shall not be used in the interpretation of this Section P-401 or any other section or subsection of this Contract so as to indicate that phrases or clauses describing standards, tests, equipment, workmanship, material descriptions, characteristics or results to be achieved are confined to the Section heading under which they appear Any requirement appearing in one location shall be as binding as if appearing in all It is the intention of this contract that the work will result in an end hot mix asphalt pavement product which is dense, homogeneous, without segregation MATERIALS 401-2.1 Aggregate. Aggregates shall consist of crushed stone, crushed gravel, crushed slag, screenings, natural sand and mineral filler, as required The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings The portion retained on the No 4 (4 75 mm) sieve is coarse aggregate The portion passing the No 4 (4 75 mm) sieve and retained on the No 200 (0 075 mm) sieve is fine aggregate, and the portion passing the No 200 (0 075 mm) sieve is mineral filler a. Coarse aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances The percentage of wear shall not be greater than 40% when tested in accordance with ASTM C131 The sodium sulfate soundness loss shall not exceed 10%, or the magnesium sulfate soundness loss shall not exceed 13%, after five cycles, when tested in accordance with ASTM C88 Clay lumps and friable particles shall not exceed 0 3%when tested in accordance with ASTM C142 Aggregate shall contain at least 75% percent by weight of individual pieces having two or more fractured faces and 85% percent by weight having at least one fractured face The area of each face shall be equal to at least 75% of the smallest midsectional area of the piece When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces Fractured faces shall be achieved by crushing The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D4791 with a value of 5 1 Use of slag material will not be allowed. b. Fine aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-23 Section 6 -Technical Specifications The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318 The soundness loss shall not exceed 10% when sodium sulfate is used or 13% when magnesium sulfate is used, after five cycles, when tested per ASTM C88 Clay lumps and friable particles shall not exceed 0 3%, by weight, when tested in accordance with ASTM C142 Natural (non -manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification The fine aggregate shall not contain more than 15% natural sand by weight of total aggregates If used, the natural sand shall meet the requirements of ASTM D1073 and shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318 The aggregate shall have sand equivalent values of 40 or greater when tested in accordance with ASTM D2419 c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall be used in sampling mineral filler 401-2.2 Mineral filler. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242 401-2.3 Asphalt cement binder. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) [70-28] A certificate of compliance from the manufacturer shall be included with the mix design submittal The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. A PG Plus Test will be required to determine if the asphalt cement binder has been properly modified Use the PG Plus Test found in the Asphalt Institute's State Binder Specification Database for the project location When a State does not specify a PG Plus Test, use ASTM D6084 with a minimum elastic recovery of 70% ] 401-2.4 Preliminary material acceptance. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials a. Coarse aggregate: (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent fractured faces (5) Flat and elongated particles b. Fine aggregate: (1) Liquid limit and Plasticity index (2) Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-24 Section 6 -Technical Specifications c. Mineral filler. d. Asphalt binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications 401-2.5 Anti -stripping agent. Any anti -stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located COMPOSITION 401-3.1 Composition of mixture. The HMA mix shall be composed of a mixture of well -graded aggregate, filler and anti -strip agent if required, and asphalt binder The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF) 401-3.2 Job mix formula (JMF). No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer The asphalt mix -design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 401-3 4 The HMA shall be designed using procedures contained in Asphalt Institute MS -2 Mix Design Manual, 7th Edition ASTM D6926 shall be used for preparation of specimens using the manually held and operated hammer for the mix design procedure ASTM D6927 shall be used for testing for Marshall stability and flow If material variability exceeds the standard deviations indicated, the JMF and subsequent production targets shall be based on a stability greater than shown in Table 1 and the flow shall be targeted close to the mid- range of the criteria in order to meet the acceptance requirements. Tensile strength ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70-80% If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner The JMF shall be submitted in writing by the Contractor at least 10 days prior to the start of paving operations The JMF shall be developed within the same construction season using aggregates currently being produced The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the job mix formula b. Percent of asphalt cement. c. Asphalt performance grade and type of modifier if used d. Number of blows per side of molded specimen e. Laboratory mixing temperature f. Laboratory compaction temperature g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures, and for modified binders include supplier recommended mixing and compaction temperatures h. Plot of the combined gradation on a 0 45 power gradation curve 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-25 Section 6 -Technical Specifications i. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. j. Specific Gravity and absorption of each aggregate k. Percent natural sand I. Percent fractured faces m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria) n. Tensile Strength Ratio (TSR) o. Anti -strip agent (if required) p. Date the JMF was developed Mix designs that are not dated or which are from a prior construction season shall not be accepted The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3 When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used After the initial production JMF has been approved by the Engineer and a new or modified JMF is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified JMF, including a new test strip when required by the engineer, will be borne by the Contractor There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF The Marshall Design Criteria applicable to the project shall meet the criteria specified in Table 1. Table 1. Marshall Design Criteria Test Property Value Number of blows 75 Stability, pounds (Newtons) minimum 2150 (9560) Flow, 0.01 in. (0.25 mm) 10-16 Air voids (%) 3 5 Percent voids in mineral aggregate, minimum See Table 2 The flow requirement is not applicable for Polymer Modified Asphalts Table 2. Minimum Percent Voids In Mineral Aggregate (VMA) Aggregate (See Table 3) Minimum VMA Gradation 3 16% Gradation 2 15% Gradation 1 14% The mineral aggregate shall be of such size that the percentage composition by we.ght, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C136 and ASTM C117 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-26 Section 6 -Technical Specifications The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply; be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa Table 3. Aggregate - HMA Pavements Sieve Size Percentage by Weight Passing Sieve 1 inch (25 mm) - 3/4 inch (19 mm) 100 1/2 inch (12 mm) 79-99 3/8 inch (9 mm) 68-88 No 4 (4 75 mm) 48-68 No 8 (2 36 mm) 33-53 No 16 (1 18 mm) 20-40 No 30 (0 60 mm) 14-30 No 50 (0 30 mm) 9-21 No 100 (0 15 mm) 6-16 No 200 (0 075 mm) 3-6 Asphalt Percent: Stone or gravel 5 0-7 5 Slag 6 5-9 5 The aggregate gradations shown are based on aggregates of uniform specific gravity The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS -2 Mix Design Manual, 7th Edition 401-3.3 Reclaimed asphalt pavement (RAP). RAP shall not be used 401-3.4 Job mix formula (JMF) laboratory. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666 The laboratory accreditation must be current and listed on the accrediting authority's website All test methods required for developing the JMF must be listed on the lab accreditation A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction 401-3.5 Test section. Prior to full production, the Contractor shall prepare and place a quantity of HMA according to the JMF The amount of HMA shall be sufficient to construct a test section 300' long and 20' wide, placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents A longer test section (up to 450' long) may be used with prior approval of the Engineer A cold joint for this test section is an exposed construction joint at least four (4) hours old or whose mat has cooled to less than 160°F (71 °C) The cold joint must be cut back using the same procedure that will be used during production in accordance with 401-4 13 The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 401-5 1 and 401-5.2 The test section shall be divided into equal sublots As a minimum the test section shall consist of three (3) sublots The test section shall be considered acceptable if (1) stability, flow, mat density, air voids, and joint density are 90% or more within limits or mat density, air voids, and joint density are 90% or more within limits, (2) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-27 Section 6 -Technical Specifications gradation and asphalt content are within the action limits specified in paragraphs 401-6 5a and 5b, and (3) the voids in the mineral aggregate are within the limits of Table 2 The test results shall be acceptable for the work to continue If all of the test results meet the specified requirements, the test section shall remain as part of the project pavement. If test section is not considered acceptable, the test section shall be removed and replaced at no cost to the Owner and another test section shall be constructed If the initial test section should prove to be unacceptable, the necessary adjustments to the job mix formula, plant operation, placing procedures, and/or rolling procedures shall be made Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications Full production shall not begin until an acceptable test section has been constructed and accepted in writing by the Engineer Once an acceptable test section has been placed, payment for the test section that meets specification requirements shall be made in accordance with paragraph 401-8 1 Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the JMF If aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates Specimens shall be prepared and the optimum asphalt content determined in the same manner as for the original JMF tests Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of Paragraph 401-6 1, has been approved, in writing, by the Engineer CONSTRUCTION METHODS 401-4.1 Weather limitations. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4 The temperature requirements may be waived by the Engineer, if requested, however, all other requirements including compaction shall be met. Table 4. Surface Temperature Limitations of Underlying Course Mat Thickness Base Temperature (Minimum) °F °C 3 inches (7 5 cm) or greater 40 4 Greater than 2 inches (50 mm) but less than 3 inches (7 5 cm) 45 7 401-4.2 HMA plant. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes Requirements for all plants include a. Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy Scales shall conform to the requirements of the General Provisions, subsection 90-01 In lieu of scales, and as approved by the Engineer, HMA weight may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer b. Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer's acceptance testing and the Contractor's quality control testing The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently The lab shall meet the requirements of ASTM D3666 including all necessary 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-28 Section 6 -Technical Specifications equipment, materials, calibrations, current reference standards to comply with the specifications and a masonry saw with diamond blade for trimming pavement cores and samples The plant testing laboratory shall have a floor space area of not less than 200 square feet (18 5 sq m), with a ceiling height of not less than 7-1/2 feet (2 m) The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F ±5°F (21 °C ±2 3°C) The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials In addition, the facility shall include the minimum (1) Adequate artificial lighting (2) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples (3) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class (4) Work benches for testing (5) Desk with chairs and file cabinet. (6) Sanitary facilities convenient to testing laboratory (7) Exhaust fan to outside air (8) Sink with running water Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected Should the Contractor's quality control testing laboratory have an accredited testing facility within a 5 mile radius of the HMA plant, it may be used as an alternate to having a facility provided at the HMP plant by the Contractor The testing facility shall meet the same requirements as set forth above The condition to allow its use for the Engineer's acceptance testing would remain the same The use of an offsite facility shall be approved in writing by the Engineer Samples taken for testing at the HMA plant will be done with both a representative of the quality control testing laboratory and Engineer's quality assurance present. The Engineer's quality assurance testing firm may use their own accredited laboratory facility for acceptance testing if it is within a 5 mile radius of the HMA plant. c. Inspection of plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties, and checking the temperatures maintained in the preparation of the mixtures d. Storage bins and surge bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions (1) Stored in non -insulated bins for a period of time not to exceed three (3) hours (2) Stored in insulated bins for a period of time not to exceed eight (8) hours If the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the HMA due to temporary storage, no temporary storage will be allowed 401-4.3 Hauling equipment. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the Engineer Petroleum products shall not be used for coating truck beds Each truck shall have a suitable cover to protect the mixture from 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-29 Section 6 -Technical Specifications adverse weather When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened 401-4.3.1 Material transfer vehicle (MTV). The Material Transfer Vehicle will have remixing and storage capability to prevent physical and thermal segregation Material transfer vehicles are not required 401-4.4 HMA pavers. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the screed without segregation The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor 401-4.4.1 Automatic grade controls. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface The transverse slope controller shall be capable of maintaining the screed at the desired slope within ±0 1 The controls shall be capable of working in conjunction with any of the following attachments a. Ski -type device of not Tess than 30 feet (9 m) in length b. Taut string -line (wire) set to grade c. Short ski or shoe d. Laser control The use of machine or computer controlled equipment for the automatic establishment of designed grades and elevations may be used on the project, subject to approval of the system and methods by the ENGINEER. The Contractor is directed to the requirements in Section 50-06, CONSTRUCTION LAYOUT AND STAKES of the Owner's Supplemental FAA General Provisions for use of any machine/computer controlled grade setting equipment. The Contractor shall not be allowed to start the use of machine/computer controlled grade setting equipment until all the criteria for its use as required in Section 50-06 of the Owners Supplemental has been submitted and verified to meet the requirements 401-4.5 Rollers. Rollers of the vibratory and steel wheel type shall be used Pneumatic -tired type rollers shall not be used on final pavement surfaces They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition All rollers shall be specifically designed and suitable for compacting HMA concrete and shall be properly used Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense The use of equipment that causes crushing of the aggregate will not be permitted 401-4.6. Density device. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving The Contractor shall also supply a qualified technician during all paving operations to calibrate the gauge and obtain accurate density readings 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-30 Section 6 -Technical Specifications for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction No separate payment will be made for supplying the density gauge and technician 401-4.7 Preparation of asphalt binder. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the asphalt binder to the mixer at a uniform temperature The temperature of unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F (160°C) when added to the aggregate The temperature of modified asphalt binder shall be no more than 350°F (175°C) when added to the aggregate 401-4.8 Preparation of mineral aggregate. The aggregate for the HMA shall be heated and dried The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates The temperature of the aggregate and mineral filler shall not exceed 350°F (175°C) when the asphalt binder is added Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability 401-4.9 Preparation of HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used The wet mixing time will be set to achieve 95% of coated particles For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer The moisture content of all HMA upon discharge shall not exceed 0 5% 401-4.10 Preparation of the underlying surface. Immediately before placing the HMA, the underlying course shall be cleaned of all dust and debris A tack coat is required between the existing pavement surface and the new hot mix asphalt, including milled surfaces, between layers of each lift of hot mix asphalt, and at any vertical surfaces that the new hot mix asphalt will be placed against including cold joints Tack coat must be applied in accordance with Item P-603 401-4.11 Laydown plan, transporting, placing, and finishing. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc ) Modifications to the laydown plan shall be approved by the Engineer The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-4 3 Deliveries shall be scheduled so that placing and compacting of HMA is continuous and uniform with minimum stopping and starting of the paver Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 401-4 4 1, provided grades of the first lift of HMA surface course meet the tolerances of paragraphs 401-5.2b(6) as verified by a survey Contractor shall survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 401-5.2b(6) before the next lift can be placed The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250°F (121 °C) Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. Edges shall be placed to provide a straight edge conforming to the project plans with a tolerance not to exceed 1" difference 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-31 Section 6 -Technical Specifications from extreme left to extreme right in 20 feet. Contractor may use a cutting wheel to achieve this tolerance and to maintain widths shown on plans Upon arrival, the HMA shall be placed to the full width by a HMA paver It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated The speed of the paver shall be regulated to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope The HMA shall be placed in consecutive adjacent strips having a minimum width of 12 -feet (m) except where edge lanes require less width to complete the area Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot (30 cm), however, the joint in the surface top course shall be at the centerline of crowned pavements Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints in the previous course Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m) On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools Areas of segregation in the surface course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense The area shall be removed by saw cutting and milling a minimum of 2 inches (50 mm) deep The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet (3 m) long 401-4.12 Compaction of HMA. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers The surface shall be compacted as soon as possible when the HMA has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained To prevent adhesion of the HMA to the roller, the wheels shall be equipped with a scraper and kept properly moistened but excessive water will not be permitted In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers Tampers shall weigh not less than 275 pounds (125 kg), have a tamping plate width not less than 15 inches (38 cm), be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area This work shall be done at the Contractor's expense Skin patching shall not be allowed 401-4.13 Joints. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint. Longitudinal joints which have been left exposed for more than four (4) hours, the surface temperature has cooled to less than 175°F (80°C), or are irregular, damaged, uncompacted or otherwise defective shall be cut back 3 inches (75 mm) to 6 inches (150 mm) to expose a clean, sound, uniform vertical surface for the full depth of the course All cutback material shall be removed from the project. Asphalt tack coat or other 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-32 Section 6 -Technical Specifications product approved by the Engineer shall be applied to the clean, dry joint, prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing The cost of this work shall be considered incidental to the cost of the HMA. 401-4.14 Saw -cut grooving. If shown on the plans, saw cut grooves shall be provided as specified in Item P-621 401-4.15 Diamond grinding. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8 -inch (3 -mm) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head width, the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate Each machine shall be capable of cutting a path at least 3 feet (0 9 m) wide Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted The depth of grinding shall not exceed 1/2 inch (13mm) and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding Areas that have been ground will be sealed with a P-608 surface treatment as directed by the Engineer It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings 401-4.16 Nighttime paving requirements. Paving during nighttime construction shall require the following a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be twenty (20) horizontal foot-candles and maintained in the following areas (1) An area of 30 feet (9 m) wide by 30 feet (9 m) long immediately behind the paving machines during the operations of the machines (2) An area 15 feet (4 5 m) wide by 30 feet (9 m) long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet (4 5 m) wide by 15 feet (4 5 m) long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start of any nighttime work. The CONTRACTOR shall ensure confinement of the chemicals within the designated areas The use of spray chemical pesticides shall require the use of anti -drift and activating agents and a spray pattern indicator unless otherwise allowed by the Engineer The CONTRACTOR shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application Damage to adjacent areas, either on or off Airport property, shall be repaired to the satisfaction of the Owner, and the cost of such repair shall be borne by the CONTRACTOR. Paving shall begin within 24 hours after application of the herbicide MATERIAL ACCEPTANCE 401-5.1 Acceptance sampling and testing. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-33 Section 6 -Technical Specifications Testing organizations performing these tests shall be accredited in accordance with ASTM D3666 The laboratory accreditation must be current and listed on the accrediting authority's website All test methods required for acceptance sampling and testing must be listed on the lab accreditation A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations at the Contractor's expense a. Hot mixed asphalt. Plant -produced HMA shall be tested for air voids and stability and flow on a lot basis Sampling shall be from material deposited into trucks at the plant or from trucks at the job site Samples shall be taken in accordance with ASTM D979 A standard lot shall be equal to one day's production or 2000 tons (1814 metric tons) whichever is smaller If the day's production is expected to exceed 2000 tons (1814 metric tons), but less than 4000 tons (3628 metric tons), the lot size shall be 1/2 day's production If the day's production exceeds 4000 tons (3628 metric tons), the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons (1814 metric tons) Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. (1) Sampling. Each lot will consist of four equal sublots Sufficient HMA for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D3665 Samples will be taken in accordance with ASTM D979 The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature The compaction temperature of the specimens shall be as specified in the JMF (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D6927 Air voids will be determined by the Engineer in accordance with ASTM D3203 One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6926 at the number of blows required by paragraph 401-3.2, Table 1 Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample The manual hammer in ASTM D 6926 should be used, however mechanical hammers may be used if they are approved by the Engineer and calibrated to the same manual hammer density by varying the number of blows and for each specific mix. When calibrating the mechanical hammer, at least 5 samples should be compacted with the manual hammer (50 or 75 blows as specified) to establish an average density. Five samples should also be compacted at various blow counts with the mechanical hammer and plotted to give a curve that shows density vs blows. Where the average density of the manual hammer intersects the curve developed from the mechanical hammer, the number of blows required for the mechanical hammer is identified. The guide to control the vertical axis of the hammer shall not be used during compaction. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D2726 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041 The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. (3) Acceptance. Acceptance of plant produced HMA for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b b. In-place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis A standard lot shall be equal to one day's production or 2000 tons (1814 metric tons) whichever is smaller If the day's production is expected to exceed 2000 tons (1814 metric tons), but less than 4000 tons (3628 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-34 Section 6 -Technical Specifications metric tons), the lot size shall be 1/2 day's production If the day's production exceeds 4000 tons (3628 metric tons), the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons (1814 metric tons) (1) Mat density. The lot size shall be the same as that indicated in paragraph 401-5 la and shall be divided into four equal sublots One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665 Cores for mat density shall not be taken closer than one foot (30 cm) from a transverse or longitudinal joint. (2) Joint density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 401-5 1a The lot shall be divided into four equal sublots One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665 All cores for joint density shall be taken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches (125 mm) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979 The minimum diameter of the sample shall be 5 inches (125 mm) Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in with either Hot Mix Asphalt or a High Performance modified patch type material in a manner acceptable to the Engineer the same day as cored Traditional cold mix material will not be allowed Laitance produced by the coring operation shall be removed immediately The top most lift of HMA shall be completely bonded to the underlying layer If any of the cores reveal that the surface is not bonded to the layer immediately below the surface then additional cores shall be taken as directed by the Engineer in accordance with paragraph 401-5 1 b to determine the extent of any delamination All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. (4) Testing The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726. Samples will be taken in accordance with ASTM D979 The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5 1a(2) The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots Acceptance. Acceptance of field placed HMA for mat density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(1) Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(3) c. Partial lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, that is, n = 5 or n = 6, for example Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3 401-5.2 Acceptance criteria. a. General. Acceptance will be based on the following characteristics of the HMA and completed pavement as well as the implementation of the Contractor Quality Control Program and test results 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 (3) (5) Page 6-35 Section 6 -Technical Specifications (1) Air voids (2) Mat density (3) Joint density (4) Thickness (5) Smoothness (6) Grade (7) Stability (8) Flow Mat density and air voids will be evaluated for acceptance in accordance with paragraph 401-5.2b(1) Stability and flow will be evaluated for acceptance in accordance with paragraph 401-5.2b(2) Joint density will be evaluated for acceptance in accordance with paragraph 401-5.2b(3) Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401-5.2b(4) Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2b(5) Acceptance for grade will be based on the criteria contained in paragraph 401-5.2b(7) The Engineer may at any time, reject and require the Contractor to dispose of any batch of HMA which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature Such rejection may be based on only visual inspection or temperature measurements In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price b. Acceptance criteria. (1) Mat density and air voids. Acceptance of each lot of plant produced material for mat density and air voids shall be based on the percentage of material within specification limits (PWL) If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable Acceptance and payment shall be determined in accordance with paragraph 401-8 1 (2) Stability and flow. Acceptance of each lot of plant produced HMA for stability and flow shall be based on the PWL. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable If the PWL is less than 90%, the Contractor shall determine the reason and take corrective action If the PWL is below 80%, the Contractor must stop production until the reason for poor stability and/or flow has been determined and adjustments to the HMA are made Joint density. Acceptance of each lot of plant produced HMA for joint density shall be based on the PWL. If the PWL of the lot is equal to or exceeds 90%, the lot shall be considered acceptable If the PWL is less than 90%, the Contractor shall evaluate the reason and act accordingly If the PWL is less than 80%, the Contractor shall cease operations and until the reason for poor compaction has been determined If the PWL is less than 71 %, the pay factor for the lot used to complete the joint shall be reduced by five (5) percentage points This lot pay factor reduction shall be incorporated and evaluated in accordance with paragraph 401-8 1 (4) Thickness. Thickness of each lift of surface course shall be evaluated by the Engineer for compliance to the requirements shown on the plans Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point shall not be more than 1/4 inch (6 mm) less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness Where the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area Smoothness. The final surface shall be free from roller marks After the final rolling, but not later than 24 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified The Contractor shall furnish paving equipment and employ methods that produce a surface for each pavement lot having an average profile index meeting the requirements of (3) (5) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-36 Section 6 -Technical Specifications paragraph 401-8 1d when evaluated with a profilograph, and the finished surface course of the pavement shall not vary more than 1/4 inch (6mm) when evaluated with a 12 -foot (3 7m) straightedge When the surface course smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the surface course, full depth removal and replacement of surface course corrections shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified The Contractor shall apply a surface treatment per Item P-608 or P-609 to all areas that have been subject to grinding as directed by the Engineer a) Transverse measurements. Transverse measurements will be taken for each lot placed Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet (15m) or more often as determined by the Engineer i. Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one- half the length of the straightedge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions, at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points High spots on final surface course > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 401-4 15 or by removing and replacing full depth of surface course Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding ii. The joint between lots shall be tested separately to facilitate smoothness between lots The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points One measurement shall be taken at the joint every 50 feet (15m) or more often if directed by the Engineer Deviations on final surface course > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 401-4 15 or by removing and replacing full depth of surface course Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing b) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed Longitudinal tests will be parallel to the centerline of paving, at the center of paving lanes when widths of paving lanes are less than 20 feet (6m), and at the third points of paving lanes when widths of paving lanes are 20 ft (6m) or greater i. Longitudinal Short Sections Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet (60m) and areas not requiring a profilograph When approved by the Engineer, the first and last 15 feet (4 5m) of the lot can also be considered as short sections for smoothness The finished surface shall not vary more than 1/4 inch (6mm) when evaluated with a 12 -foot (3 7m) straightedge Smoothness readings will not be made across grade changes or cross slope transitions, at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points Deviations on final surface 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-37 Section 6 -Technical Specifications course > 1/4 inch (6mm) in longitudinal direction will be corrected with diamond grinding per paragraph 401-415 or by removing and replacing full depth of surface course Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding ii. Profilograph Testing. Profilograph testing shall be performed by the contractor using approved equipment and procedures as described as ASTM E1274 The equipment shall utilize electronic recording and automatic computerized reduction of data to indicate "must grind" bumps and the Profile Index for the pavement using a 0.2 inch (5 mm) blanking band The bump template must span one inch (25 mm) with an offset of 0 4 inches (10 mm) The profilograph must be calibrated prior to use and operated by a factory or State DOT approved operator Profilograms shall be recorded on a longitudinal scale of one inch (25 mm) equals 25 feet (7 5 m) and a vertical scale of one inch (25 mm) equals one inch (25 mm) A copy of the reduced tapes shall be furnished to the Engineer at the end of each days testing The pavement must have an average profile index meeting the requirements of paragraph 401-8 1d High spots, or "must grind" spots, on final surface course in longitudinal direction shall be corrected with diamond grinding per paragraph 401-4 15 or by removing and replacing full depth of surface course Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding Where corrections are necessary, second profilograph runs shall be performed to verify that the corrections produced an average profile index of 15 inches (38 cm) per mile or less If the initial average profile index was less than 15 inches (38 cm), only those areas representing greater than 0 4 inch (10 mm) deviation will be re -profiled for correction verification [No profilograph testing will be performed as part of this project.] iii. No profilograph testing will be performed as part of this project. Smoothness testing indicated in the above paragraphs except paragraph (iii) shall be performed within 24 hours of placement of material Smoothness testing indicated in paragraph (iii) shall be performed within 48 hours of paving completion The primary purpose of smoothness testing is to identify areas that may be prone to ponding of water which could lead to hydroplaning of aircraft. If the contractor's machines and/or methods are producing significant areas that need corrective actions then production should be stopped until corrective measures can be implemented If corrective measures are not implemented and when directed by the Engineer, production shall be stopped until corrective measures can be implemented (6) Grade. Grade shall be evaluated on the first day of placement and then as a minimum, every 50 square yards to allow adjustments to paving operations if measurements do not meet specification requirements The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken The finished surface of the pavement shall not vary from the gradeline elevations and cross-sections shown on the plans by more than 1/2 inch (12 mm) The finished grade of each lot will be determined by running levels at intervals of 50 feet (15 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 feet (15 m)) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer The lot size shall be 2000 square yards (m2) When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch (19 mm) or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course plus 1/2 inch (12 mm) of pavement and replace with new material Skin patching shall not be permitted Isolated high points may be ground off provided the course thickness complies with the thickness specified on the plans The surface of the ground pavement shall have a texture consisting of grooves between 0 090 and 0 130 inches (2 and 3 5 mm) wide The peaks and ridges shall be approximately 1/32 inch (1 mm) higher than the bottom of the grooves The pavement shall be left in a clean condition The removal of all of the slurry resulting from the grinding operation shall be continuous 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-38 Section 6 -Technical Specifications The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. High point grinding will be limited to 15 square yards (12 5 m2) Areas in excess of 15 square yards (12 5 m2) will require removal and replacement of the pavement in accordance with the limitations noted above The Contractor shall apply a surface treatment per P- 608 to all areas that have been subject to grinding c. Percentage of material within specification limits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions The specification tolerance limits (L) for lower and (U) for upper are contained in Table 5 Table 5. Marshall Acceptance limits for stability, flow, air voids, density TEST PROPERTY Number of Blows 75 blows Specification Tolerance L U Stability, minimum (pounds)(N) 1800 -- Flow, 0.01 inch (25 mm) 8 18* Air Voids Total Mix (%) 2 5 Mat Density (%) 96 3 Joint Density (%) 95 5 d. Outliers. All individual tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E178, at a significance level of 5% Outliers shall be discarded, and the PWL shall be determined using the remaining test values The criteria in Table 5 is based on production processes which have a variability with the following standard deviations Surface Course Mat Density (%), 1 30, Base Course Mat Density (%), 1 55, Joint Density (%), 2.1 The Contractor should note that (1) 90 PWL is achieved when consistently producing a surface course with an average mat density of at least 98% with 1 30% or less variability, (2) 90 PWL is achieved when consistently producing a base course with an average mat density of at least 97 5% with 1 55% or less variability, and (3) 90 PWL is achieved when consistently producing joints with an average joint density of at least 96% with 2 1`)/0 or less variability 401-5.3 Resampling pavement for mat density. a. General. Resampling of a lot of pavement will only be allowed for mat density, and then, only if the Contractor requests same, in writing, within 48 hours after receiving the written test results from the Engineer A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5 1 b and 401-5.2b(1) Only one resampling per lot will be permitted (1) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests (2) The cost for resampling and retesting shall be borne by the Contractor b. Payment for resampled lots. The redefined PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 6 c. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5% 401-5.4 Leveling course Any course used for trueing and leveling shall meet the aggregate gradation in Table 3, paragraph 401-3.2 The trueing and leveling course shall meet the requirements of paragraph 401- 3.2, 401-5.2b(1) for air voids and 401-5.2b(2) for stability and flow, but shall not be subject to the density requirements of paragraph 401-5.2b(1) for mat density and 401-5.2b(3) for joint density The leveling course shall be compacted with the same effort used to achieve density of the test section The trueing and leveling course shall not exceed the maximum lift thickness associated with each gradation in Table 3, paragraph 401-3.2 The leveling course is the first variable thickness lift of an overlay placed prior to subsequent courses No leveling course is specified for this project. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-39 Section 6 -Technical Specifications CONTRACTOR QUALITY CONTROL 401-6.1 General. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions The program shall address all elements that affect the quality of the pavement including, but not limited to a. Mix design b. Aggregate grading c. Quality of materials d. Stockpile management e. Proportioning f. Mixing and transportation g. Placing and finishing h. Joints i. Compaction j. Surface smoothness k. Personnel I. Laydown plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 401-6 3 and Section 100 of the General Provisions As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan 401-6.2 Contractor testing laboratory. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications 401-6.3 Quality control testing. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness A Quality Control Testing Plan shall be developed as part of the Quality Control Program a. Asphalt content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1 0 The asphalt content for the lot will be determined by averaging the test results b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444, ASTM C136, and ASTM C117 c. Moisture content of aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566 d. Moisture content of HMA. The moisture content shall be determined once per lot in accordance with ASTM D1461 e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-40 Section 6 -Technical Specifications f. In-place density monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950 g. Additional testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing 401-6.4 Sampling. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor All sampling shall be in accordance with standard procedures specified 401-6.5 Control charts. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material a. Individual measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits Control Chart Limits For Individual Measurements Sieve Action Limit Suspension Limit 3/4 inch (19 mm) ±6% ±9% 1/2 inch (12 mm) ±6% ±9% 3/8 inch (9 mm) ±6% ±9% No 4 (4 75 mm) ±6% ±9% No 16 (1 18 mm) ±5% ±7 5% No 50 (0 30 mm) ±3% ±4 5% No 200 (0 075 mm) ±2% ±3% Asphalt Content ±0 45% ±0 70% VMA -1 00% -1 50% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below The range shall be computed for each lot as the difference between the two test results for each control parameter The Suspension Limits specified below are based on a sample size of n = 2 Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1 18 for n = 3 and by 1.27 for n = 4 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-41 Section 6 -Technical Specifications Control Chart Limits Based On Range (Based On n = 2) Sieve Suspension Limit 1/2 inch (12 mm) 11% 3/8inch (9mm) 11% No 4(475mm) 11% No 16 (1 18 mm) 9% No 50 (0 30 mm) 6% No 200 (0 075 mm) 3 5% Asphalt Content 0 8% c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if. (1) One point falls outside the Suspension Limit line for individual measurements or range, or (2) Two points in a row fall outside the Action Limit line for individual measurements 401-6.6 Quality control reports. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100 METHOD OF MEASUREMENT 401-7.1 HMA shall be measured by the number of tons (kg) of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage BASIS OF PAYMENT 401-8.1 Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 401-5.2 shall be made based on results of tests for smoothness, mat density and air voids Payment for acceptable lots shall be adjusted according to paragraph 401-8 la for mat density and air voids and 401-8 lc for smoothness, subject to the limitation that. a. The total project payment for plant mix bituminous concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of tons (kg) of HMA used in the accepted work (See Note 1 under Table 6) b. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item c. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance with Table 6 A pay factor shall be calculated for both mat density and air voids The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100% or higher The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100% or higher The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100% If PWL for joint density is less than 71 percent then the lot pay factor shall be reduced by 5% but be no higher than 95% For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price Payment shall be subject to the total project payment limitation specified in paragraph 401-8 1 Payment in excess of 100% for accepted lots of HMA shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100% 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-42 Section 6 -Technical Specifications Table 6. Price adjustment schedule' Percentage of material within specification limits (PWL) Lot pay factor (percent of contract unit price) 96 — 100 106 90 — 95 PWL + 10 75 — 89 0 5 PWL + 55 55 — 74 1 4 PWL — 12 Below 55 Reject 2 1 Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment above 100% shall be subject to the total project payment limitation specified in paragraph 401-8 1 2 The lot shall be removed and replaced However, the Engineer may decide to allow the rejected lot to remain In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of the contract unit price and the total project payment shall be reduced by the amount withheld for the rejected lot. d. Profilograph smoothness. When the final average profile index (subsequent to any required corrective action) does not exceed 7 inches per mile (18 cm per 1 6 km), payment will be made at the contract unit price for the completed pavement. If the final average profile index (subsequent to any required corrective action) exceeds 7 inches per mile (18 cm per 1 6 km), but does not exceed 15 inches per mile (38 cm per 1 6 m), the Contractor may elect to accept a contract unit price adjustment in lieu of reducing the profile index.[ No profilograph testing will be performed as part of this project.] e. Basis of adjusted payment for smoothness. Price adjustment for pavement smoothness will be made in accordance with Table 7 The adjustment will apply to the total tonnage of HMA within a lot of pavement and shall be applied with the following equation (Tons of asphalt concrete in lot) x (lot pay factor) x (unit price per ton) x (smoothness pay factor) = payment for lot Table 7. Profilograph Average Profile Index Smoothness Pay Factor Inches/miles per 1/10 mile Short Sections Pay Factor 00-7 000-150 100% 71-9 151-16 98% 91-11 161-17 96% 111-13 171-18 94% 131-14 181-20 92% 14 1 - 15 20 1 - 22 90% 15 1 and up 22 1 and up Corrective work required' 1 The Contractor shall correct pavement areas not meeting these tolerances by removing and replacing the defective work. If the Contractor elects to construct an overlay to correct deficiencies, the minimum thickness of the overlay should be at least three times the maximum aggregate size (approximately four (4) times the nominal maximum aggregate size) The corrective overlay shall not violate grade Criteria and butt joints shall be constructed by sawing and removing the original pavement in compliance with the thickness/ maximum aggregate size ratio Skin patching shall not be permitted HMA placed above the specified grade shall not be included in the quantities for payment. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-43 Section 6 -Technical Specifications 401-8.1.1. Payment will be made under Item P-401-8 1 1 Bituminous Surface Course - per ton (kg) TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75 -pm (No 200) Sieve in Mineral Aggregates by Washing ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity) and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous - Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-44 ASTM D5444 ASTM D6084 ASTM D6307 ASTM D6752 ASTM D6926 ASTM D6927 ASTM Ell ASTM E178 ASTM E1274 AASHTO T030 AASHTO T110 AASHTO T275 AASHTO M156 AASHTO T329 Asphalt Institute Asphalt Institute ASTM D242 ASTM D946 ASTM D3381 ASTM D4552 ASTM D6373 Section 6 -Technical Specifications Standard Test Method for Mechanical Size Analysis of Extracted Aggregate Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer Standard Test Method for Asphalt Content of Hot Mix Asphalt by Ignition Method Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus Standard Test Method for Marshall Stability and Flow of Bituminous mixtures Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves Standard Practice for Dealing with Outlying Observations Standard Test Method for Measuring Pavement Roughness Using a Profilograph Standard Method of Test for Mechanical Analysis of Extracted Aggregate Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) Standard Method of Test for Bulk Specific Gravity (Gmb) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot - Laid Bituminous Paving Mixtures Standard Method of Test for Moisture Content of Hot Mix Asphalt (HMA) by Oven Method Handbook MS-26,Asphalt Binder MS -2 Mix Design Manual, 7th Edition MATERIAL REQUIREMENTS Standard Specification for Mineral Filler for Bituminous Paving Mixtures Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction Standard Specification for Viscosity -Graded Asphalt Cement for Use in Pavement Construction Standard Practice for Classifying Hot -Mix Recycling Agents Standard Specification for Performance Graded Asphalt Binder END OF ITEM P-401 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-45 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-46 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT DESCRIPTION 501-1.1 The work set forth in this section consists of the Contractor's preparation and submittal of an appropriate concrete mix design, discussion of appropriate equipment for use by the Contractor and the placement of pavement composed of portland cement concrete, with reinforcement and without reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross- sections shown on the plans. Section headings used in this Section P-501 or any other part of this Contract are for convenience only and shall not be used in the interpretation of this Section P-501 or any other section or subsection of this Contract so as to indicate that phrases or clauses describing standards, tests, equipment, workmanship, material descriptions, characteristics or results to be achieved are confined to the Section heading under which they appear Any requirement appearing in one location shall be as binding as if appearing in all It is the intention of this contract that the work will result in an end concrete product which is dense, homogeneous, without segregation This work shall consist of pavement composed of Portland Cement Concrete (PCC), without reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross-sections shown on the plans MATERIALS 501-2.1 Aggregates. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and ASTM C1567 Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260 The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0 10% at 28 days (30 days from casting) (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) Concrete Research Division (CRD) C662 If lithium nitrate admixture is used, it shall be nominal 30% ±0 5% weight lithium nitrate in water If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0 10% at 28 days, the proposed combined materials will be accepted If the expansion of the proposed combined materials test specimens is greater than 0 10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0 10% at 28 days, or new aggregates shall be evaluated and tested b. Fine aggregate. Fine aggregate shall conform to the requirements of ASTM C33 Grading of the fine aggregate, as delivered to the mixer, shall conform to the requirements of ASTM C33 and shall have a fineness modulus of not less than 2 50 nor more than 3 40 The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88 (3) The amount of deleterious material in the fine aggregate shall not exceed the following limits 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-47 Section 6 -Technical Specifications Limits for Deleterious Substances in Fine Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1 0 Material finer than 0 075mm (No 200 sieve) ASTM C117 3 0 Lightweight particles ASTM C123 using a medium with a density of Sp Gr of20 0 5 Total of all deleterious Material ASTM C123 using a medium with a density of Sp Gr of 2 40) 3 0 c. Coarse aggregate. Gradation, within the separated size groups, shall meet the coarse aggregate grading requirements of ASTM C33 when tested in accordance with ASTM C136 When the nominal maximum size of the aggregate is greater than one inch (25 mm), the aggregates shall be furnished in two size groups Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air- cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings Steel blast furnace slag shall not be permitted The aggregate shall be composed of clean, hard, uncoated particles Dust and other coating shall be removed from the aggregates by washing The percentage of wear shall be no more than 40% when tested in accordance with ASTM C131 The quantity of flat, elongated, and flat and elongated particles in any size group coarser than 3/8 sieve (9 mm) shall not exceed 8% by weight when tested in accordance with ASTM D4791 A flat particle is defined as one having a ratio of width to thickness greater than 5 An elongated particle is one having a ratio of length to width greater than 5 The soundness loss shall not exceed 12% when sodium sulfate is used or 18% when magnesium sulfate is used, after five cycles, when tested per ASTM C88 The amount of deleterious material in the coarse aggregate shall not exceed the following limits Limits for Deleterious Substances in Coarse Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1 0 Material finer than No 200 sieve (0 075mm) ASTM C117 1 0 Lightweight particles ASTM C123 using a medium with a density of Sp Gr of 2 0 0 5 Chert (less than 2 40 Sp Gr) ASTM C123 using a medium with a density of Sp Gr of 2 40) 1 0 Total of all deleterious Material 3 0 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-48 Section 6 -Technical Specifications Table 1. Gradation for Coarse Aggregate (ASTM C33) Sieve Designations (square openings) Percentage by Weight Passing Sieves inch mm #4 1-1/2 inch —3/4 inch #67 3/4 inch — No. 4 2-1/2 60 - - 2 50 100 - 1-1/2 38 90-100 - 1 25 20-55 100 3/4 19 0-15 90-100 1/2 13 - - 3/8 9 0-5 20-55 No 4 4 75 - 0-10 No 8 2 36 - 0-5 (1) Aggregate susceptibility to durability (D) cracking. Aggregates that have a history of D -cracking shall not be used (2) Combined aggregate gradation. If substituted for the grading requirements specified for coarse aggregate and for fine aggregateand when approved by the Engineer, the combined aggregate grading shall meet the following requirements (a) The materials selected and the proportions used shall be such that when the Coarseness Factor (CF) and the Workability Factor (WF) are plotted on a diagram as described in d below, the point thus determined shall fall within the parallelogram described therein (b) The CF shall be determined from the following equation CF = (cumulative percent retained on the 3/8 in sieve)(100) / (cumulative percent retained on the No 8 sieve) (c) The Workability Factor WF is defined as the percent passing the No 8 (2 36 mm) sieve based on the combined gradation However, WF shall be adjusted, upwards only, by 2 5 percentage points for each 94 pounds (42 kg) of cementitious material per cubic meter yard greater than 564 pounds per cubic yard (335 kg per cubic meter) (d) A diagram shall be plotted using a rectangular scale with WF on the Y-axis with units from 20 (bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side) On this diagram a parallelogram shall be plotted with corners at the following coordinates (CF - 75, WF -28), (CF -75, WF -40), (CF -45, WF -32 5), and (CF -45, WF -44 5) If the point determined by the intersection of the computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate used and the proportions selected shall be changed as necessary 501-2.2 Cement. Cement shall conform to the requirements of ASTM C150 Type II If aggregates are deemed innocuous when tested in accordance with paragraph 501-2 1 a 1 and accepted in accordance with paragraph 501-2 1 a.2, higher equivalent alkali content in the cement may be allowed if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected Cement salvaged from discarded or used bags shall not be used 501-2.3 Cementitious materials. a. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6% Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13% and a total available alkali content less than 3% per ASTM C311 Fly ash produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable The Contractor shall furnish the previous three most 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-49 Section 6 -Technical Specifications recent, consecutive ASTM C618 reports for each source of fly ash proposed in the mix design, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by the Engineer b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120 Slag cement shall be used only at a rate between 25% and 55% of the total cementitious material by mass c. Raw or calcined natural pozzolan. Natural pozzolan shall be raw or calcined and conform to ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling Alkali - Silica reaction and shall have a loss on ignition not exceeding 6% Class N pozzolan for use in mitigating Alkali -Silica Reactivity shall have a total available alkali content less than 3% d. Ultrafine fly ash and ultrafine pozzolan. UltraFine Fly Ash (UFFA) and UltraFine Pozzolan (UFP) shall conform to ASTM C618, Class F or N, and the following additional requirements (1) The strength activity index at 28 days of age shall be at least 95% of the control specimens (2) The average particle size shall not exceed 6 microns 501-2.4 Joint seal. The joint seal for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type specified in the plans 501-2.5 Isolation joint filler. Premolded joint filler for isolation joints shall conform to the requirements of ASTM D1751 and shall be where shown on the plans The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer When the use of more than one piece is required for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer 501-2.6 Dowel and tie bars. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be free from burring or other deformation restricting slippage in the concrete Before delivery to the construction site each dowel bar shall be epoxy coated per ASTM A1078 The dowels shall be coated with a bond - breaker recommended by the manufacturer Dowel sleeves or inserts are not permitted Grout retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the grout hardens Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615 Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring bent bars 501-2.7 Water. Water used in mixing or curing shall be potable, clean, free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product, except that non -potable water, or water from concrete production operations, may be used if it meets the requirements of ASTM C1602 501-2.8 Material for curing concrete. Curing materials shall conform to one of the following specifications a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2, Class B, or Class A if wax base only b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171 c. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171 d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171 501-2.9 Admixtures. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions The air - entrainment agent and any water reducer admixture shall be compatible 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-50 Section 6 -Technical Specifications b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used c. Other admixtures. The use of set retarding, and set -accelerating admixtures shall be approved by the Engineer Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set -accelerating shall meet the requirements of ASTM C494, Type C Calcium chloride and admixtures containing calcium chloride shall not be used d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon (1.2 kg/L), and shall have the approximate chemical form as shown below. Constituent Limit (Percent by Mass) LiNO3 (Lithium Nitrate) 30 ±0 5 SO4 (Sulfate Ion) 0 1 (max) CI (Chloride Ion) 0.2 (max) Na (Sodium Ion) 0 1 (max) K (Potassium Ion) 0 1 (max) Provide a trained manufacturer's representative to supervise the lithium nitrate admixture dispensing and mixing operations 501-2.10 Epoxy -resin. All epoxy -resin materials shall be two -component materials conforming to the requirements of ASTM C881, Class as appropriate for each application temperature to be encountered, except that in addition, the materials shall meet the following requirements a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3 b. Material for use as patching materials for complete filling of spalls and other voids and for use in preparing epoxy resin mortar shall be Type III, Grade as approved c. Material for use for injecting cracks shall be Type IV, Grade 1 d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy resin concrete or mortar to hardened concrete shall be Type V, Grade as approved 501-2.11 Material acceptance. Prior to use of materials, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction The certification shall show the appropriate ASTM test for each material, the test results, and a statement that the material passed or failed The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications MIX DESIGN 501-3.1. General No concrete shall be placed until the mix design has been submitted to the Engineer for review and the Engineer has taken appropriate action The Engineer's review shall not relieve the Contractor of the responsibility to select and proportion the materials to comply with this section 501-3.2 Proportions. The laboratory preparing the mix design shall be accredited in accordance with ASTM C1077 The mix design for all Portland cement concrete placed under P-501 shall be stamped or sealed by the responsible professional Engineer of the laboratory Concrete shall be proportioned to achieve a 28 -day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of 650 psi per ASTM C78 The mix shall be developed using the procedures contained in the Portland Cement Association's (PCA) publication, "Design and Control of Concrete M ixtu res" The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum cementitious material (cement plus fly ash, or slag cement) shall be 564 pounds per cubic yard The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0 45 by weight. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-51 Section 6 -Technical Specifications Flexural strength test specimens shall be prepared in accordance with ASTM C192 and tested in accordance with ASTM C78 The mix determined shall be workable concrete having a maximum allowable slump between one and two inches (25mm and 50 mm) as determined by ASTM C143 For slip -form concrete, the slump shall be between 1/2 inch (12 mm) and 1-1/2 inch (38 mm) At the start of the project, the Contractor shall determine a maximum allowable slump for slip -form pavement which will produce in- place pavement to control the edge slump The selected slump shall be applicable to both pilot and fill-in lanes Before the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural strength obtained from the concrete at seven (7) and 28 days The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of cement, fly ash, ground slag, coarse aggregate, fine aggregate, water, and admixtures The mix design shall be submitted to the Engineer at least 30 days prior to the start of operations The submitted mix design shall not be more than 90 days old Production shall not begin until the mix design is approved in writing by the Engineer If a change in sources is made, or admixtures added or deleted from the mix, a new mix design must be submitted to the Engineer for approval The results of the mix design shall include a statement giving the maximum nominal coarse aggregate size and the weights and volumes of each ingredient proportioned on a one cubic yard (meter) basis Aggregate quantities shall be based on the mass in a saturated surface dry condition The recommended mixture proportions shall be accompanied by test results demonstrating that the proportions selected will produce concrete of the qualities indicated Trial mixtures having proportions, slumps, and air content suitable for the work shall be based on methodology described in PCA's publication, Design and Control of Concrete Mixtures, modified as necessary to accommodate flexural strength The submitted mix design shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum a. Coarse, fine, and combined aggregate gradations and plots including fineness modulus of the fine aggregate b. Reactivity Test Results c. Coarse aggregate quality test results, including deleterious materials d. Fine aggregate quality test results, including deleterious materials e. Mill certificates for cement and supplemental cementitious materials f. Certified test results for all admixtures, including Lithium Nitrate if applicable g. Specified flexural strength, slump, and air content. h. Recommended proportions/volumes for proposed mixture and trial water-cementitious materials ratio, including actual slump and air content. i. Flexural and compressive strength summaries and plots, including all individual beam and cylinder breaks j. Correlation ratios for acceptance testing and Contractor Quality Control testing, when applicable k. Historical record of test results documenting production standard deviation, when applicable 501-3.3 Cementitious materials. a. Fly ash. When fly ash is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material If fly ash is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material b. Slag cement (ground granulated blast furnace (GGBF). Slag cement may be used The slag cement, or slag cement plus fly ash if both are used, may constitute between 25 to 55% of the total 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-52 Section 6 -Technical Specifications cementitious material by weight. If the concrete is to be used for slipforming operations and the air temperature is expected to be lower than 55°F (13°C) the percent slag cement shall not exceed 30% by weight. c. Raw or calcined natural pozzolan. Natural pozzolan may be used in the mix design When pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material If pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material d. Ultrafine fly ash (UFFA) and ultrafine pozzolan (UFP). UFFA and UFP may be used in the mix design with the Engineer's approval When UFFA and UFP is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between seven (7) and 16% by weight of the total cementitious material 501-3.4 Admixtures. a. Air -entraining admixtures. Air -entraining admixture are to be added in such a manner that will ensure uniform distribution of the agent throughout the batch The air content of freshly mixed air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability The percentage of air in the mix shall be 4% +1- 1 Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag and other highly porous coarse aggregate b. Water -reducing admixtures. Water -reducing admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C494 c. Other admixtures. Set controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494 d. Lithium nitrate. Lithium nitrate shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements in accordance with paragraph 501-2 10d 501-3.5 Concrete mix design laboratory. The Contractor's laboratory used to develop the concrete mix design shall be accredited in accordance with ASTM C1077 The laboratory accreditation must be current and listed on the accrediting authority's website All test methods required for developing the concrete mix design must be listed on the lab accreditation A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction CONSTRUCTION METHODS 501-4.1 Equipment. Equipment necessary for handling materials and performing all parts of the work shall be approved by the Engineer, but does not relieve the Contractor of the responsibility for the proper operation of equipment and maintaining the equipment in good working condition The equipment shall be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and approved a. Batch plant and equipment. The batch plant and equipment shall conform to the requirements of ASTM C94 b. Mixers and transportation equipment. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades (2) Central plant mixer. Central plant mixers shall conform to the requirements of ASTM C94 The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades The pickup and throwover blades shall be replaced when they have worn 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-53 Section 6 -Technical Specifications down 3/4 inch (19 mm) or more The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth (3) Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C94 (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94 (5) Transfer and spreading equipment. Equipment for transferring concrete from the transporting equipment to the paving lane in front of the paver shall be specially manufactured, self-propelled transfer equipment which will accept the concrete outside the paving lane and will transfer and spread it evenly across the paving lane in front of the paver and strike off the surface evenly to a depth which permits the paver to operate efficiently c. Finishing equipment. The standard method of constructing concrete pavements shall be with an approved slip -form paving equipment designed and operated to spread, consolidate, screed, and float - finish the freshly placed concrete in one complete pass of the machine so that the end result is a dense and homogeneous pavement which is achieved with a minimum of hand finishing The paver -finisher shall be a heavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete pavements It shall weigh at least 2,200 lbs per foot (3274 kg/m) of paving lane width and powered by an engine having at least 6 0 horsepower per foot of lane width On projects requiring less than 500 square yard (418 sq m) of cement concrete pavement or requiring individual placement areas of less than 500 square yard (418 sq m), or irregular areas at locations inaccessible to slip -form paving equipment, concrete pavement may be placed with approved placement and finishing equipment using stationary side forms Hand screeding and float finishing may only be used on small irregular areas as allowed by the Engineer d. Vibrators. Vibrator shall be the internal type Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute Average amplitude for internal vibrators shall be 0 025-0 05 inch (0 06 - 0 13 cm) The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of American Concrete Institute (ACI) 309, Guide for Consolidation of Concrete Adequate power to operate all vibrators shall be available on the paver The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases The Contractor shall provide an electronic or mechanical means to monitor vibrator status The checks on vibrator status shall occur a minimum of two times per day or when requested by the Engineer Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI 309R, Guide for Consolidation of Concrete e. Concrete saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations Early -entry saws may be used, subject to demonstration and approval of the Engineer f. Side forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet (3 m) in length Forms shall have a depth equal to the pavement thickness at the edge, and a base width equal to or greater than the depth Flexible or curved forms of proper radius shall be used for curves of 100 -foot (31 m) radius or less Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used Built-up forms shall not be used, except as approved by the Engineer The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm) The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting Wood forms may be used under special conditions, when approved by the Engineer 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-54 g. Section 6 -Technical Specifications Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross- section It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices 501-4.2 Form setting. Forms shall be set sufficiently in advance of the concrete placement to ensure continuous paving operation After the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms Forms shall be staked into place sufficiently to maintain the form in position for the method of placement. Form sections shall be tightly locked and shall be free from play or movement in any direction The forms shall not deviate from true line by more than 1/8 inch (3 mm) at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete 501-4.3 Conditioning of underlying surface. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density, the areas that will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed 501-4.4 Conditioning of underlying surface, side -form and fill-in lane construction. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor A template shall be provided and operated on the forms immediately in advance of the placing of all concrete The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon All excess material shall be removed and wasted Low areas shall be filled and compacted to a condition similar to that of the surrounding grade The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed The use of chemicals to eliminate frost in the underlying surface shall not be permitted The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily 501-4.5 Handling, measuring, and batching material. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials Aggregates from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-55 Section 6 -Technical Specifications Aggregates that have become segregated or mixed with earth or foreign material shall not be used All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch 501-4.6 Mixing concrete. The concrete may be mixed at the work site, in a central mix plant or in truck mixers The mixer shall be of an approved type and capacity Mixing time shall be measured from the time all materials, except water, are emptied into the drum All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C94 Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non - agitating trucks The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in non -agitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators Retempering concrete by adding water or by other means will not be permitted With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified in the approved mix design is not exceeded, and approved by the Engineer 501-4.7 Limitations on mixing and placing. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated a. Cold weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40°F (4°C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35°F (2°C) The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer The temperature of the mixed concrete shall not be less than 50°F (10°C) at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150°F (66°C) The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials b. Hot weather. During periods of hot weather when the maximum daily air temperature exceeds 85°F (30°C), the following precautions shall be taken The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90°F (32°C) The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum The finished surfaces of the newly laid pavement shall be kept damp by applying a water -fog or mist with approved spraying equipment until the pavement is covered by the curing medium When necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf (0 98 kg/m2 per hour) per hour When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface Such measures shall consist of wind screens, more effective fog sprays, and similar measures commencing immediately behind the paver If these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-56 Section 6 -Technical Specifications c. Temperature management program. Prior to the start of paving operation for each day of paving, the Contractor shall provide the Engineer with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided As a minimum the program shall address the following items (1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material (2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity; and anticipated evaporation rate using Figure 11-8, PCA, Design and Control of Concrete Mixtures (3) Anticipated timing of initial sawing of joint. (4) Anticipated number and type of saws to be used 501-4.8 Placing concrete. At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet (1 m) The finished concrete product must be dense and homogeneous, without segregation and conforming to the standards in this specification Backhoes and grading equipment shall not be used to distribute the concrete in front of the paver Front end loaders will not be used All concrete shall be consolidated without voids or segregation, including under and around all load -transfer devices, joint assembly units, and other features embedded in the pavement. Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural strength of 550 psi (3792 kPa based on the average of four field cured specimens per 2,000 cubic yards (1,530 cubic meters) of concrete placed Also, subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi (2757 kPa) The Contractor shall have available materials for the protection of the concrete during inclement weather Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0 1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering a. Slip -form construction. The concrete shall be distributed uniformly into final position by a self- propelled slip -form paver without delay The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal to the surface with sharp well defined edges The sliding forms shall be rigidly held together laterally to prevent spreading of the forms The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of the pavement and/or a series of equally placed longitudinal vibrating units The space from the outer edge of the pavement to longitudinal unit shall not exceed 9 inches (23 cm) for slipform and at the end of the dowels for the fill-in lanes The spacing of internal units shall be uniform and shall not exceed 18 inches (0 5 m) The term internal vibration means vibrating units located within the specified thickness of pavement section The rate of vibration of each vibrating unit shall be within 8000 to 12000 cycles per minute and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit and fora distance of at least one foot (30 cm) The frequency of vibration or amplitude shall vary proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations The concrete shall be held at a uniform consistency The slip -form paver shall be operated with as nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-57 Section 6 -Technical Specifications paver held to a minimum If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and tamping elements shall also be stopped immediately No tractive force shall be applied to the machine, except that which is controlled from the machine When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber - tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the pavement edge Not more than 15% of the total free edge of each 500 foot (150 m) segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 inch (6 mm), and none of the free edge of the pavement shall have an edge slump exceeding 3/8 inch (9 mm) (The total free edge of 500 feet (150 m) of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement, that is, 500 feet (150 m) of paving lane originally constructed as a separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane will have no free edge, etc) The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches (0 5 m) from the edge When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor as directed by the Engineer b. Side -form construction. Side form sections shall be straight, free from warps, bends, indentations, or other defects Defective forms shall be removed from the work. Metal side forms shall be used except at end closures and transverse construction joints where straight forms of other suitable material may be used Side forms may be built up by rigidly attaching a section to either top or bottom of forms If such build- up is attached to the top of metal forms, the build-up shall also be metal Width of the base of all forms shall be equal to or greater than the specified pavement thickness Side forms shall be of sufficient rigidity, both in the form and in the interlocking connection with adjoining forms, that springing will not occur under the weight of subgrading and paving equipment or from the pressure of the concrete The Contractor shall provide sufficient forms so that there will be no delay in placing concrete due to lack of forms Before placing side forms, the underlying material shall be at the proper grade Side forms shall have full bearing upon the foundation throughout their length and width of base and shall be placed to the required grade and alignment of the finished pavement. They shall be firmly supported during the entire operation of placing, compacting, and finishing the pavement. Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where these are specified Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in placing Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer requires the protection of the forms Curing compound shall be applied to the concrete immediately after the forms have been removed Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is placed against them Concrete shall be spread, screeded, shaped and consolidated by one or more self-propelled machines These machines shall uniformly distribute and consolidate concrete without segregation so that the completed pavement will conform to the required cross-section with a minimum of handwork. The number and capacity of machines furnished shall be adequate to perform the work required at a rate equal to that of concrete delivery Concrete for the full paving width shall be effectively consolidated by internal vibrators without causing segregation Internal type vibrators' rate of vibration shall be not less than 7,000 cycles per minute 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-58 Section 6 -Technical Specifications Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more than one foot (30 cm) from the vibrating element. The Contractor shall furnish a tachometer or other suitable device for measuring and indicating frequency of vibration Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine is stopped The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete c. Consolidation. Concrete shall be consolidated with the specified type of lane -spanning, gang - mounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented, in rare instances as specified, by hand -operated vibrators The vibrators shall be inserted into the concrete to a depth that will provide the best full -depth consolidation but not closer to the underlying material than inches (50 mm) Excessive vibration shall not be permitted If the vibrators cause visible tracking in the paving lane, the paving operation shall be stopped and equipment and operations modified to prevent it. Concrete in small, odd -shaped slabs or in isolated locations inaccessible to the gang -mounted vibration equipment shall be vibrated with an approved hand - operated immersion vibrator operated from a bridge spanning the area Vibrators shall not be used to transport or spread the concrete Hand -operated vibrators shall not be operated in the concrete at one location for more than 20 seconds Insertion locations for hand -operated vibrators shall be between 6 to 15 inches (150 to 400 mm) on centers For each paving train, at least one additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators shall be maintained at the paving site at all times Any evidence of inadequate consolidation (honeycomb along the edges, large air pockets, or any other evidence) shall require the immediate stopping of the paving operation and adjustment of the equipment or procedures as approved by the Engineer If a lack of consolidation of the concrete is suspected by the Engineer, referee testing may be required Referee testing of hardened concrete will be performed by the Engineer by cutting cores from the finished pavement after a minimum of 24 hours curing Density determinations will be made by the Engineer based on the water content of the core as taken ASTM C642 shall be used for the determination of core density in the saturated -surface dry condition When required, referee cores will be taken at the minimum rate of one for each 500 cubic yards (382 m2) of pavement, or fraction The Contractor shall be responsible for all referee testing cost if they fail to meet the required density The average density of the cores shall be at least 97% of the original mix design density, with no cores having a density of less than 96% of the original mix design density Failure to meet the referee tests will be considered evidence that the minimum requirements for vibration are inadequate for the job conditions Additional vibrating units or other means of increasing the effect of vibration shall be employed so that the density of the hardened concrete conforms to the above requirements 501-4.9 Strike -off of concrete and placement of reinforcement. Following the placing of the concrete, it shall be struck off to conform to the cross-section shown on the plans and to an elevation that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire - brushed test specimen are not less than the applicable ASTM specification requirements 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-59 Section 6 -Technical Specifications 501-4.10 Joints. Joints shall be constructed as shown on the plans and in accordance with these requirements All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans Joints shall not vary more than 1/2 inch (12 mm) from their designated position and shall be true to line with not more than 1/4 inch (6 mm) variation in 10 feet (3 m) The surface across the joints shall be tested with a 12 feet (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans a. Construction. Longitudinal construction joints shall be slip -formed or formed against side forms as shown in the plans Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints Grooving or sawing shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans c. Isolation (expansion). Isolation joints shall be installed as shown on the plans The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface A cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler The edges of the joint shall be finished and tooled while the concrete is still plastic Any concrete bridging the joint space shall be removed for the full width and depth of the joint. d. Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans They shall be held in position parallel to the pavement surface and in the middle of the slab depth When tie bars extend into an unpaved lane, they may be bent against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified Tie bars shall not be painted, greased, or enclosed in sleeves When slip -form operations call for tie bars, two- piece hook bolts can be installed e. Dowel bars. Dowel bars or other load -transfer units of an approved type shall be placed across joints as shown on the plans They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position The dowels shall be coated with a bond -breaker or other lubricant recommended by the manufacturer and approved by the Engineer (1) Dowels bars at longitudinal construction joints shall be bonded in drilled holes f. Placing dowels and tie bars. The method used in installing and holding dowels in position shall ensure that the error in alignment of any dowel from its required horizontal and vertical alignment after the pavement has been completed will not be greater than 1/8 inch per feet (3 mm per 0 3 m) Except as otherwise specified below, horizontal spacing of dowels shall be within a tolerance of ±5/8 inch (16 mm) The vertical location on the face of the slab shall be within a tolerance of ±1/2 inch (12 mm) The vertical alignment of the dowels shall be measured parallel to the designated top surface of the 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-60 g. Section 6 -Technical Specifications pavement, except for those across the crown or other grade change joints Dowels across crowns and other joints at grade changes shall be measured to a level surface Horizontal alignment shall be checked perpendicular to the joint edge The horizontal alignment shall be checked with a framing square Dowels and tie bars shall not be placed closer than 0 6 times the dowel bar tie bar length to the planned joint line If the last regularly spaced longitudinal dowel tie bar is closer than that dimension, it shall be moved away from the joint to a location 0 6 times the dowel bar tie bar length, but not closer than 6 inches (150 mm) to its nearest neighbor The portion of each dowel intended to move within the concrete or expansion cap shall be wiped clean and coated with a thin, even film of lubricating oil or light grease before the concrete is placed Dowels shall be installed as specified in the following subparagraphs (1) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction joints within the paving lane shall be held securely in place, as indicated, by means of rigid metal frames or basket assemblies of an approved type The basket assemblies shall be held securely in the proper location by means of suitable pins or anchors Do not cut or crimp the dowel basket tie wires At the Contractor's option, in lieu of the above, dowels and tie bars in contraction joints shall be installed near the front of the paver by insertion into the plastic concrete using approved equipment and procedures Approval will be based on the results of a preconstruction demonstration, showing that the dowels and tie bars are installed within specified tolerances (2) Construction joints Install dowels and tie bars by the cast -in- place or the drill -and -dowel method Installation by removing and replacing in preformed holes will not be permitted Dowels and tie bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held in the proper horizontal and vertical position during placing and finishing operations, by means of devices fastened to the forms The spacing of dowels and tie bars in construction joints shall be as indicated Dowels installed in isolation joints and other hardened concrete. Install dowels for isolation joints and in other hardened concrete by bonding the dowels into holes drilled into the hardened concrete The concrete shall have cured for seven (7) days or reached a minimum flexural strength of 450 psi (3 1 MPa) before drilling commences Holes 1/8 inch (3 mm) greater in diameter than the dowels shall be drilled into the hardened concrete using rotary -core drills Rotary -percussion drills may be used, provided that excessive spalling does not occur to the concrete joint face Modification of the equipment and operation shall be required if, in the Engineer's opinion, the equipment and/or operation is causing excessive damage Depth of dowel hole shall be within a tolerance of ±1/2 inch (12 mm) of the dimension shown on the drawings On completion of the drilling operation, the dowel hole shall be blown out with oil -free, compressed air Dowels shall be bonded in the drilled holes using epoxy resin Epoxy resin shall be injected at the back of the hole before installing the dowel and extruded to the collar during insertion of the dowel so as to completely fill the void around the dowel Application by buttering the dowel will not be permitted The dowels shall be held in alignment at the collar of the hole, after insertion and before the grout hardens, by means of a suitable metal or plastic grout retention ring fitted around the dowel Dowels required to be installed in any joints between new and existing concrete shall be grouted in holes drilled in the existing concrete, all as specified above Sawing of joints. Joints shall be cut as shown on the plans Equipment shall be as described in paragraph 501-4 1 The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans The top of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans Sawing shall commence, without regard to day or night, as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs and shall continue without interruption until all joints have been sawn The joints shall be sawn at the required spacing All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing Curing compound or system shall be reapplied in the initial sawcut and maintained for the remaining cure period 501-4.11 Finishing. Finishing operations shall be a continuing part of placing operations starting immediately behind the strike -off of the paver Initial finishing shall be provided by the transverse screed or extrusion plate The sequence of operations shall be transverse finishing, longitudinal machine floating if (3) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-61 Section 6 -Technical Specifications used, straightedge finishing, texturing, and then edging of joints Finishing shall be by the machine method The hand method shall be used only on isolated areas of odd slab widths or shapes and in the event of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished pavement shall be kept to an absolute minimum Any machine finishing operation which requires appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be immediately stopped and proper adjustments made or the equipment replaced Any operations which produce more than 1/8 inch (3 mm) of mortar -rich surface (defined as deficient in plus U S No 4 (4 75 mm) sieve size aggregate) shall be halted immediately and the equipment, mixture, or procedures modified as necessary Compensation shall be made for surging behind the screeds or extrusion plate and settlement during hardening and care shall be taken to ensure that paving and finishing machines are properly adjusted so that the finished surface of the concrete (not just the cutting edges of the screeds) will be at the required line and grade Finishing equipment and tools shall be maintained clean and in an approved condition At no time shall water be added to the surface of the slab with the finishing equipment or tools, or in any other way, except for fog (mist) sprays specified to prevent plastic shrinkage cracking a. Machine finishing with slipform pavers. The slipform paver shall be operated so that only a very minimum of additional finishing work is required to produce pavement surfaces and edges meeting the specified tolerances Any equipment or procedure that fails to meet these specified requirements shall immediately be replaced or modified as necessary A self-propelled non -rotating pipe float may be used while the concrete is still plastic, to remove minor irregularities and score marks Only one pass of the pipe float shall be allowed If there is concrete slurry or fluid paste on the surface that runs over the edge of the pavement, the paving operation shall be immediately stopped and the equipment, mixture, or operation modified to prevent formation of such slurry Any slurry which does run down the vertical edges shall be immediately removed by hand, using stiff brushes or scrapers No slurry, concrete or concrete mortar shall be used to build up along the edges of the pavement to compensate for excessive edge slump, either while the concrete is plastic or after it hardens b. Machine finishing with fixed forms. The machine shall be designed to straddle the forms and shall be operated to screed and consolidate the concrete Machines that cause displacement of the forms shall be replaced The machine shall make only one pass over each area of pavement. If the equipment and procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall be immediately stopped and the equipment, mixture, and procedures adjusted as necessary c. Other types of finishing equipment. Clary screeds, other rotating tube floats, or bridge deck finishers are not allowed on mainline paving, but may be allowed on irregular or odd -shaped slabs, and near buildings or trench drains, subject to the Engineer's approval Bridge deck finishers shall have a minimum operating weight of 7500 pounds (3400 kg) and shall have a transversely operating carriage containing a knock -down auger and a minimum of two immersion vibrators Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted as specified, and only where specifically approved d. Hand finishing. Hand finishing methods will not be permitted, except under the following conditions (1) in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade and (2) in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical Use hand finishing operations only as specified below (1) Equipment and screed. In addition to approved mechanical internal vibrators for consolidating the concrete, provide a strike -off and tamping screed and a longitudinal float for hand finishing The screed shall be at least one foot (30 cm) longer than the width of pavement being finished, of an approved design, and sufficiently rigid to retain its shape, and shall be constructed of metal or other suitable material shod with metal The longitudinal float shall be at least 10 feet (3 m) long, of approved design, and rigid and substantially braced, and shall maintain a plane surface on the bottom Grate tampers (jitterbugs) shall not be used (2) Finishing and floating As soon as placed and vibrated, the concrete shall be struck off and screeded to the crown and cross-section and to such elevation above grade that when consolidated and finished, the surface of the pavement will be at the required elevation In addition to previously specified complete coverage with handheld immersion vibrators, the entire surface shall be tamped 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-62 Section 6 -Technical Specifications with the strike -off and tamping template, and the tamping operation continued until the required compaction and reduction of internal and surface voids are accomplished Immediately following the final tamping of the surface, the pavement shall be floated longitudinally from bridges resting on the side forms and spanning but not touching the concrete If necessary, additional concrete shall be placed, consolidated and screeded, and the float operated until a satisfactory surface has been produced The floating operation shall be advanced not more than half the length of the float and then continued over the new and previously floated surfaces e. Straightedge testing and surface correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 12 -foot (3 7-m) straightedge swung from handles 3 feet (1 m) longer than one-half the width of the slab The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary Advancing shall be in successive stages of not more than one-half the length of the straightedge Any excess water and laitance in excess of 1/8 inch (3 mm) thick shall be removed from the surface of the pavement and wasted Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished High areas shall be cut down and refinished Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501- 5.2e(3) Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross-section The use of long -handled wood floats shall be confined to a minimum, they may be used only in emergencies and in areas not accessible to finishing equipment. This straight - edging is not a replacement for the straightedge testing of paragraph 501-5.2e(3), Smoothness 501-4.12 Surface texture. The surface of the pavement shall be finished with either a brush or broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation Any imperfections resulting from the texturing operation shall be corrected to the satisfaction of the Engineer a. Brush or broom finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 inch (2 mm) in depth 501-4.13 Curing. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured for a 7 -day cure period in accordance with one of the methods below Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations The concrete shall not be left exposed for more than 1/2 hour during the curing period When a two-sawcut method is used to construct the contraction joint, the curing compound shall be applied to the sawcut immediately after the initial cut has been made The sealant reservoir shall not be sawed until after the curing period has been completed When the one cut method is used to construct the contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets The rags, ropes, or blankets shall be kept moist for the duration of the curing period a. Impervious membrane method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place The curing compound shall not be applied during rainfall Curing compound shall be applied by mechanical sprayers under pressure at the rate of one gallon (4 liters) to not more than 150 sq ft (14 sq m) The spraying equipment shall be of the fully atomizing type equipped with a tank agitator At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle During application the compound shall be stirred continuously by mechanical means Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted When hand spraying is approved by the Engineer, a double application rate shall be used to ensure coverage The curing compound shall be of such character that the film will harden within 30 minutes after application Should the film become 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-63 Section 6 -Technical Specifications damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface Curing shall be applied immediately after the bleed water is gone from the surface The use of fly ash or set -retarding admixtures may delay the occurrence of bleed water b. White burlap -polyethylene sheets. The surface of the pavement shall be entirely covered with the sheeting The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in position for seven (7) days after the concrete has been placed c. Water method. The entire area shall be covered with burlap or other water absorbing material The material shall be of sufficient thickness to retain water for adequate curing without excessive runoff The material shall be kept wet at all times and maintained for seven (7) days When the forms are stripped, the vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of the curing water on the subbase d. Concrete protection for cold weather. The concrete shall be maintained at an ambient temperature of at least 50°F (10°C) for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather; and any concrete damaged shall be removed and replaced at the Contractor's expense e. Concrete protection for hot weather. Concrete should be continuous moisture cured for the entire curing period and shall commence as soon as the surfaces are finished and continue for at least 24 hours However, if moisture curing is not practical beyond 24 hours, the concrete surface shall be protected from drying with application of a liquid membrane -forming curing compound while the surfaces are still damp Other curing methods may be approved by the Engineer 501-4.14 Removing forms. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing After the forms have been removed, the sides of the slab shall be cured as per the methods indicated in paragraph 501-4 13 Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(0 501-4.15 Saw -cut grooving. If shown on the plans, grooved surfaces shall be provided in accordance with the requirements of Item P-621 501-4.16 Sealing joints. The joints in the pavement shall be sealed in accordance with Item P-605 501-4.17 Protection of pavement. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents until accepted by the Engineer This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements Traffic shall be excluded from the new pavement by erecting and maintaining barricades and signs until the concrete is at least seven (7) days old, or for a longer period if directed by the Engineer In paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving equipment will be permitted on the new pavement after the pavement has been cured for seven (7) days and the joints have been sealed or otherwise protected, and the concrete has attained a minimum field cured flexural strength of 550 psi (37928 kPa) and approved means are furnished to prevent damage to the slab edge 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-64 Section 6 -Technical Specifications All new and existing pavement carrying construction traffic or equipment shall be continuously kept completely clean, and spillage of concrete or other materials shall be cleaned up immediately upon occurrence Damaged pavements shall be removed and replaced at the Contractor's expense Slabs shall be removed to the full depth, width, and length of the slab 501-4.18 Opening to construction traffic. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a flexural strength of 550 Ib / square inch (3 8 kPa) when tested in accordance with ASTM C78 If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed Prior to opening the pavement to construction traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign matter intrusion 501-4.19 Repair, removal, or replacement of slabs. a. General. New pavement slabs that are broken or contain cracks or are otherwise defective or unacceptable shall be removed and replaced or repaired, as directed by the Engineer and as specified hereinafter at no cost to the Owner Spalls along joints shall be repaired as specified Removal of partial slabs is not permitted Removal and replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to each original transverse joint. The Engineer will determine whether cracks extend full depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking Such cores shall be 4 inch (100 mm) diameter, shall be drilled by the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the walls of the hole with epoxy resin, using approved procedures Drilling of cores and refilling holes shall be at no expense to the Owner All epoxy resin used in this work shall conform to ASTM C881, Type V Repair of cracks as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with an absence of coarse aggregate in the upper 1/8 inch (3 mm) of the pavement surface b. Shrinkage cracks. Shrinkage cracks, which do not exceed 4 inches (100 mm) in depth, shall be cleaned and then pressure injected with epoxy resin, Type IV, Grade 1, using procedures as approved by the Engineer Care shall be taken to assure that the crack is not widened during epoxy resin injection All epoxy resin injection shall take place in the presence of the Engineer Shrinkage cracks, which exceed 4 inches (100 mm) in depth, shall be treated as full depth cracks in accordance with paragraphs 4 19b and 4 19c c. Slabs with cracks through interior areas. Interior area is defined as that area more than 6 inches (150 mm) from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the Owner, when there are any full depth cracks, or cracks greater than 4 inches (100 mm) in depth, that extend into the interior area d. Cracks close to and parallel to joints. All cracks essentially parallel to original joints, extending full depth of the slab, and lying wholly within 6 inches (150 mm) either side of the joint shall be treated as specified here Any crack extending more than 6 inches (150 mm) from the joint shall be treated as specified above in subparagraph c (1) Full depth cracks present, original joint not opened. When the original un -cracked joint has not opened, the crack shall be sawed and sealed, and the original joint filled with epoxy resin as specified below The crack shall be sawed with equipment specially designed to follow random cracks The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/4 inches (19 mm), ±1/16 inch (2 mm), and to a width of 5/8 inch (16 mm), ±1/8 inch (3 mm) Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling The joint sealant shall be a liquid sealant as specified Installation of joint seal shall be as specified for sealing joints or as directed If the joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-65 Section 6 -Technical Specifications filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures (2) If only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures If filler type material has been used to form a weakened plane in the transverse joint, it shall be completely sawed out and the saw cut pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures Where a parallel crack goes part way across paving lane and then intersects and follows the original joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed Full depth cracks present, original joint also cracked At a joint, if there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall be removed and replaced for the full lane width and length e. Removal and replacement of full slabs. Where it is necessary to remove full slabs, unless there are dowels present, all edges of the slab shall be cut full depth with a concrete saw All saw cuts shall be perpendicular to the slab surface If dowels, or tie bars are present along any edges, these edges shall be sawed full depth just beyond the end of the dowels or tie bars These joints shall then be carefully sawed on the joint line to within one inch (25 mm) of the depth of the dowel or tie bar The main slab shall be further divided by sawing full depth, at appropriate locations, and each piece lifted out and removed Suitable equipment shall be used to provide a truly vertical lift, and approved safe lifting devices used for attachment to the slabs The narrow strips along doweled edges shall be carefully broken up and removed using light, hand-held jackhammers, 30 Ib (14 kg) or less, or other approved similar equipment. Care shall be taken to prevent damage to the dowels, tie bars, or to concrete to remain in place The joint face below dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than 1/2 inch (12 mm) and no gradual offset greater than one inch (25 mm) when tested in a horizontal direction with a 12 -foot (3 7-m) straightedge No mechanical impact breakers, other than the above hand-held equipment shall be used for any removal of slabs If underbreak between 1-1/2 and 4 inches (38 and 100 mm) deep occurs at any point along any edge, the area shall be repaired as directed before replacing the removed slab Procedures directed will be similar to those specified for surface spalls, modified as necessary If underbreak over 4 inches (100 mm) deep occurs, the entire slab containing the underbreak shall be removed and replaced Where there are no dowels or tie bars, or where they have been damaged, dowels or tie bars of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy grouting them into holes drilled into the existing concrete using procedures as specified Original damaged dowels or tie bars shall be cut off flush with the joint face Protruding portions of dowels shall be painted and lightly oiled All four (4) edges of the new slab shall contain dowels or original tie bars Placement of concrete shall be as specified for original construction Prior to placement of new concrete, the underlying material (unless it is stabilized) shall be re -compacted and shaped as specified in the appropriate section of these specifications The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forming curing compound as bond breaker Care shall be taken to prevent any curing compound from contacting dowels or tie bars The resulting joints around the new slab shall be prepared and sealed as specified for original construction f. Repairing spalls along joints. Where directed, spalls along joints of new slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least one inch (25 mm) outside the spalled area and to a depth of at least 2 inch (50 mm) Saw cuts shall be straight lines forming rectangular areas The concrete between the saw cut and the joint, or crack, shall be chipped out to remove all unsound concrete and at least 1/2 inch (12 mm) of visually sound concrete The cavity thus formed shall be thoroughly cleaned with high-pressure water jets supplemented with compressed air to remove all loose material Immediately before filling the cavity, a prime coat of epoxy resin, Type III, Grade 1, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, (3) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-66 g. Section 6 -Technical Specifications except any joint face The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush Pooling of epoxy resin shall be avoided The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar Concrete shall be used for larger spalls, generally those more than 1/2 cu ft. (0 014 m3) in size, and mortar shall be used for the smaller ones Any spall less than 0 1 cu ft. (0 003 m3) shall be repaired only with epoxy resin mortar or a Grade III epoxy resin Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed, placed, consolidated, and cured as directed Epoxy resin mortars shall be made with Type III, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer The epoxy resin materials shall be placed in the cavity in layers not over 2 inches (50 mm) thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140°F (60°C) at any time during hardening Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens Where the spalled area abuts a joint, an insert or other bond -breaking medium shall be used to prevent bond at the joint face A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints If any spall penetrates half the depth of the slab or more, the entire slab shall be removed and replaced as previously specified If any spall would require over 25% of the length of any single joint to be repaired, the entire slab shall be removed and replaced Repair of spalls as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of spalls shall be allowed in any panel that demonstrates segregated aggregate with a significant absence of coarse aggregate in the upper one -eight (1/8th) inch of the pavement surface Diamond grinding of PCC surfaces. Diamond grinding of the hardened concrete with an approved diamond grinding machine should not be performed until the concrete is 14 days or more old and concrete has reached full minimum strength When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8 -inch (3 -mm) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head width, the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate The surface of the ground pavement shall have a texture consisting of grooves between 0 090 and 0 130 inches wide The peaks and ridges shall be approximately 1/32 inch higher than the bottom of the grooves Each machine shall be capable of cutting a path at least 3 feet (0 9 m) wide Equipment that causes ravels, aggregate fractures, spalls or disturbance to the joints will not be permitted The area corrected by diamond grinding the surface of the hardened concrete should not exceed 10% of the total area of any sublot. The depth of diamond grinding shall not exceed 1/2 inch (13 mm) and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding All pavement areas requiring plan grade or surface smoothness corrections in excess of the limits specified shall be removed and replaced in conformance with Paragraph 501-4 19 The pavement shall be left in a clean condition The removal of all of the slurry resulting from the grinding operation shall be continuous The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. h. Weak Surfaces. "Weak surfaces are defined as mortar -rich, rain damaged, uncured, or containing exposed voids or deleterious materials Weak surfaces are considered defective 501-4.20 Existing concrete pavement removal and repair. All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place All saw cuts shall be made perpendicular to the slab surface a. Removal of existing pavement slab. When it is necessary to remove existing concrete pavement and leave adjacent concrete in place, the joint between the removal area and adjoining pavement to stay in place, shall first be cut full depth with a standard diamond -type concrete saw If dowels are present at this joint, the saw cut shall be made full depth just beyond the end of dowels The edge shall then be 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-67 Section 6 -Technical Specifications carefully sawed on the joint line to within one inch (25 mm) of the top of the dowel Next, a full depth saw cut shall be made parallel to the joint at least 24 inches (600 mm) from the joint and at least 12 inches (300 mm) from the end of any dowels All pavement between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 Ib (14 kg) or less, or the approved Tight -duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to remain in place Where dowels are present, care shall be taken to produce an even, vertical joint face below the dowels If the Contractor is unable to produce such a joint face, or if underbreak or other distress occurs, the Contractor shall saw the dowels flush with the joint. The Contractor shall then install new dowels, of the size and spacing used for other similar joints, by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4 10g All this shall be at no additional cost to the Owner Dowels of the size and spacing indicated shall be installed as shown on the drawings by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4 10g The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2 inches (12 mm) and no gradual offset greater than one inch (25 mm) when tested in a horizontal direction with a 12 -foot (3 7-m) straightedge b. Edge repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times Areas that are damaged during construction shall be repaired at no cost to the Owner (1) Spall repair. Spalls shall be repaired where indicated and where directed by the Engineer Repair materials and procedures shall be as previously specified in subparagraph 501-4 19f (2) Underbreak repair. All underbreak shall be repaired First, all delaminated and loose material shall be carefully removed Next, the underlying material shall be recompacted, without addition of any new material Finally, the void shall be completely filled with paving concrete, thoroughly consolidated Care shall be taken to produce an even joint face from top to bottom Prior to placing concrete, the underlying material shall be thoroughly moistened After placement, the exposed surface shall be heavily coated with curing compound Underlying material. The underlying material adjacent to the edge and under the existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement that is to remain in place Any material under the portion of the concrete pavement to remain in place, which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph 501- 4.20b(2) The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed (3) MATERIAL ACCEPTANCE 501-5.1 Acceptance sampling and testing. All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section, with the exception of coring for thickness determination, will be performed by the Engineer at no cost to the Contractor The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5 1a(3), and coring and filling operations, per paragraph 501-5 1b(1) Testing organizations performing these tests shall be accredited in accordance with ASTM C1077 The laboratory accreditation must be current and listed on the accrediting authority's website All test methods required for acceptance sampling and testing must be listed on the lab accreditation A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction Concrete shall be accepted for strength and thickness on a lot basis A lot shall consist of a day's production not to exceed 2,000 cubic yards 500 square yards a. Flexural strength. (1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be taken for each sublot from the plastic concrete delivered to the job site Sampling locations shall be 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-68 Section 6 -Technical Specifications determined by the Engineer in accordance with random sampling procedures contained in ASTM D3665 The concrete shall be sampled in accordance with ASTM C172 (2) Testing. Two (2) specimens shall be made from each sample Specimens shall be made in accordance with ASTM C31 and the flexural strength of each specimen shall be determined in accordance with ASTM C78 The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. Immediately prior to testing for flexural strength, the beam shall be weighed and measured for determination of a sample unit weight. Measurements shall be made for each dimension, height, depth, and length, at the mid -point of the specimen and reported to the nearest 1/10 inch (3 mm) The weight of the specimen shall be reported to the nearest 0 1 pound (45 gm) The sample unit weight shall be calculated by dividing the sample weight by the calculated volume of the sample This information shall be reported as companion information to the measured flexural strength for each specimen The samples will be transported while in the molds The curing, except for the initial cure period, will be accomplished using the immersion in saturated lime water method Slump, air content, and temperature tests will also be conducted by the quality assurance laboratory for each set of strength test samples, per ASTM C31 Curing. The Contractor shall provide adequate facilities for the initial curing of beams During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60° to 80°F (16° to 27°C), and loss of moisture from the specimens must be prevented The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordance with paragraph 501-5.2b (3) b. Pavement thickness. (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D3665 Areas, such as thickened edges, with planned variable thickness, shall be excluded from sample locations Cores shall be neatly cut with a core drill The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored hole Core holes shall be filled by the Contractor with a non -shrink grout approved by the Engineer within one day after sampling (2) Testing. The thickness of the cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C174 Acceptance. Acceptance of pavement for thickness shall be determined by the Engineer in accordance with paragraph 501-5.2c c. Partial lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, that is, n=5 or n=6 d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion) in accordance with ASTM E178, at a significance level of 5% Outliers shall be discarded, and the percentage of material within specification limits (PWL) shall be determined using the remaining test values (3) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-69 Section 6 -Technical Specifications 501-5.2 Acceptance criteria. a. General. Acceptance will be based on the following characteristics of the completed pavement discussed in paragraph 501-5.2e (1) Flexural strength (2) Thickness (3) Smoothness (4) Grade (5) Edge slump Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating PWL Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L) Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph 501-5.2e(1) Acceptance for thickness will be based on the criteria contained in paragraph 501-5.2e(2) Acceptance for smoothness will be based on the criteria contained in paragraph 501-5.2e(3) Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4) The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump Such rejection may be based on only visual inspection In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price b. Flexural strength. Acceptance of each lot of in-place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher c. Pavement thickness. Acceptance of each lot of in-place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher d. Percentage of material within limits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions The lower specification tolerance limit (L) for flexural strength and thickness shall be Lower Specification Tolerance Limit (L) Flexural Strength 0 93 x strength specified in paragraph 501-3 1 Thickness Lot Plan Thickness in inches, - 0 50 in e. Acceptance criteria. (1) Flexural Strength. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8 1 (2) Thickness. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8 1 Smoothness. As soon as the concrete has hardened sufficiently, but not later than 48 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified The Contractor shall furnish paving equipment and employ methods that produce a surface for each section of pavement having an average profile index meeting the requirements of paragraph 501-8 1c when evaluated with a profilograph, and the finished surface of the pavement shall not vary more than 1/4 inch (6mm) when evaluated with a 12 -foot (3 7m) straightedge When the surface smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the pavement, full depth removal and replacement of pavement shall be to the limit of the longitudinal placement. (3) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-70 Section 6 -Technical Specifications Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified (a.) Transverse measurements Transverse measurements will be taken for each lot placed Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet (15m) or more often as determined by the Engineer i. Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions, at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points Deviations on final pavement > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 501-4 19g or by removing and replacing full depth of pavement. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing ii. The joint between lots shall be tested separately to facilitate smoothness between lots The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points One measurement shall be taken at the joint every 50 feet (15m) or more often if directed by the Engineer Maximum gap on final pavement surface > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 501- 4 19g or by removing and replacing full depth of surface Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing (b.) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed Longitudinal tests will be parallel to the centerline of paving, at the center of paving lanes when widths of paving lanes are less than 20 feet (6m), and at the one third points of paving lanes when widths of paving lanes are 20 ft (6m) or greater i. Longitudinal Short Sections Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet (60m) and areas not requiring a profilograph When approved by the Engineer, the first and last 15 feet (4 5m) of the lot can also be considered as short sections for smoothness The finished surface shall not vary more than 1/4 inch (6mm) when evaluated with a 12 -foot (3 7m) straightedge Smoothness readings will not be made across grade changes or cross slope transitions, at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points Deviations on final pavement surface > 1/4 inch (6mm) in longitudinal direction will be corrected with diamond grinding per paragraph 501-4 19g or by removing and replacing full depth of surface Grinding will 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-71 Section 6 -Technical Specifications be tapered in all directions to provide smooth transitions to areas not requiring grinding The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below The finished grade of each lot will be determined by running levels at all joint intersections to determine the alignment and elevation of the completed pavement. Vertical survey shall be conducted on the high point of each joint intersection and compared to the plan elevations to determine the vertical deviation The Contractor shall pay the cost of surveying and the surveying shall be performed by a licensed surveyor The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer The Contractor shall pay the costs of surveying the level runs, and this work shall be performed by a licensed surveyor The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer When the grade exceeds specification tolerances which cannot be corrected by diamond grinding, full depth removal and replacement of pavement shall be to the limit of the pavement that allows for grade correction in accordance with Section 501-4 19 Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified Patching shall not be permitted (5) Grade shall be evaluated on the first day of placement and then every 5 days or less, so adjustments can be made to paving operations if measurements do not meet specification requirements The contractor must submit the survey data to the engineer by the following day after measurements have been taken The engineer must compare the surveyed grades with the grades shown on the contract drawings and document the analysis (a.) Lateral deviation. Lateral deviation from established alignment of the pavement edge shall not exceed ±0 10 feet (3 mm) in any lane (b.) Vertical deviation. Vertical deviation from established grade shall not exceed ±0 04 feet (12 mm) at any point. Edge slump. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor as directed by the Engineer in accordance with paragraph 501-4 8a f. removal and replacement of concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints The Contractor shall replace damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4 10 shall apply to all contraction joints exposed by concrete removal Removal and replacement shall be in accordance with paragraph 501-4.20 CONTRACTOR QUALITY CONTROL 501-6.1 Quality control program. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions The program shall address all elements that affect the quality of the pavement including but not limited to a. Mix Design b. Aggregate Gradation c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Consolidation 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-72 Section 6 -Technical Specifications h. Joints i. Dowel Placement and Alignment j. Flexural or Compressive Strength k. Finishing and Curing 1. Surface Smoothness 501-6.2 Quality control testing. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program The testing program shall include, but not necessarily be limited to, tests for aggregate gradation, aggregate moisture content, slump, and air content. A Quality Control Testing Plan shall be developed as part of the Quality Control Program a. Fine aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration If direct measurements are made in lieu of using an electric meter, two tests shall be made per day Tests shall be made in accordance with ASTM C70 or ASTM C566 b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate Tests shall be made in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration If direct measurements are made in lieu of using an electric meter, two tests shall be made per day Tests shall be made in accordance with ASTM C566 c. Slump. Four slump tests shall be performed for each lot of material produced in accordance with the lot size defined in paragraph 501-5 1 One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C143 from material randomly sampled from material discharged from trucks at the paving site Material samples shall be taken in accordance with ASTM C172 d. Air content. Four air content tests, shall be performed for each lot of material produced in accordance with the lot size defined in paragraph 501-5 1 One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the paving site Material samples shall be taken in accordance with ASTM C172 e. Four unit weight and yield tests shall be made in accordance with ASTM C138 The samples shall be taken in accordance with ASTM C172 and at the same time as the air content tests 501-6.3 Control charts. The Contractor shall maintain linear control charts for fine and coarse aggregate gradation, slump, moisture content and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all times As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each test parameter, and the Contractor's test results The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur If the Contractor's projected data during production indicates a potential problem and the Contractor is not taking satisfactory corrective action, the Engineer may halt production or acceptance of the material a. Fine and coarse aggregate gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts Specification limits contained in the 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-73 Section 6 -Technical Specifications Lower Specification Tolerance Limit (L) table above and the Control Chart Limits table below shall be superimposed on the Control Chart for job control b. Slump and air content. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits Control Chart Limits Control Parameter Individual Measurements Range Suspension Limit Action Limit Suspension Limit Slip Form: Slump +0 to -1 inch (0-25 mm) +0 5 to -1 5 inch (13-38 mm) ±1 5 inch (38 mm) Air Content ±1.2% ±1 8% ±2 5% Side Form: Slump +0 5 to -1 inch (13-25 mm) +1 to -1 5 inch (25-38 mm) ±1 5 inch (38 mm) Air Content ±1.2% ±1 8% ±2 5% The individual measurement control charts shall use the mix design target values as indicators of central tendency 501-6.4 Corrective action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of control The Contractor Quality Control Program shall detail what action will be taken to bring the process into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists a. Fine and coarse aggregate gradation. When two consecutive averages of five tests are outside of the specification limits in paragraph 501-2 1, immediate steps, including a halt to production, shall be taken to correct the grading b. Fine and coarse aggregate moisture content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0 5%, the scale settings for the aggregate batcher and water batcher shall be adjusted c. Slump. The Contractor shall halt production and make appropriate adjustments whenever (1) one point falls outside the Suspension Limit line for individual measurements or range OR (2) two points in a row fall outside the Action Limit line for individual measurements d. Air content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever (1) one point falls outside the Suspension Limit line for individual measurements or range OR (2) two points in a row fall outside the Action Limit line for individual measurements Whenever a point falls outside the Action Limits line, the air -entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility METHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement shall be measured by the number of square yards (square meters) of either plain or reinforced pavement as specified in-place, completed and accepted 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-74 Section 6 -Technical Specifications BASIS OF PAYMENT 501-8.1 Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-5.2 Acceptance Criteria shall be based on results of smoothness, strength and thickness tests Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8 1 a for strength and thickness and 501-8 1 c for smoothness, subject to the limitation that. a The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards (square meters) of concrete pavement used in the accepted work (See Note 1 under the Price Adjustment Schedule table below) b Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings c Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance with the Price Adjustment Schedule table below A pay factor shall be calculated for both flexural strength and thickness The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100% or higher The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100% or higher The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100% Price Adjustment Schedule' Percentage of Materials Within Specification Limits (PWL) Lot Pay Factor (Percent of Contract Unit Price) 96 — 100 106 90 — 95 PWL + 10 75 — 90 0 5 PWL + 55 55-74 14PWL-12 Below 55 Reject2 1 Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment in excess of 100% shall be subject to the total project payment limitation specified in paragraph 501- 81 2 The lot shall be removed and replaced However, if the Engineer and the FAA have decided to allow the rejected lot to remain in accordance with Section 50-02 after the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of the contract unit price and the total project payment limitation shall be reduced by the amount withheld for the rejected lot For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price Payment shall be subject to the total project payment limitation specified in paragraph 501-8 1 Payment in excess of 100% for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100% 501-8.1-1 Payment shall be made under Item P-501-8 1 Portland Cement Concrete Pavement (plain, 6" depth) — per square yard (SY) Item P-501-8.2 Portland Cement Concrete Pavement (plain, 12" depth) — per square yard (SY) a. Basis of adjusted payment for smoothness. Price adjustment for pavement smoothness will apply to the total area of concrete within a section of pavement and shall be applied in accordance the following equation and schedule (Square yard in section) x (original unit price per square yard) x PFm = reduction in payment for area within section 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-75 Section 6 -Technical Specifications Average Profile Index (Inches Per Mile) Pavement Strength Rating Contract Unit Price Adjustment (PFm) Over 30,000 Ib 30,000 Ib or Less Short Sections 0-7 0-10 0-15 000 71-9 101-11 151-16 002 91-11 111-12 161-17 004 111-13 121-13 171-18 006 131-14 131-14 181-20 008 141-15 141-15 201-22 010 15 1 and up 15 1 and up 22 1 and up Corrective work required ASTM C31 ASTM C39 TESTING REQUIREMENTS Standard Practice for Making and Curing Concrete Test Specimens in the Field Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C70 Standard Test Method for Surface Moisture in Fine Aggregate ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer Than 75 -pm (No 200) Sieve in Mineral Aggregates by Washing ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C174 ASTM C227 ASTM C231 ASTM C289 ASTM C295 Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores Standard Test Method for Potential Alkali Reactivity of Cement -Aggregate Combinations (Mortar -Bar Method) Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method Standard Test Method for Potential Alkali -Silica Reactivity of Aggregates (Chemical Method) Standard Guide for Petrographic Examination of Aggregates for Concrete 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-76 ASTM C114 ASTM C311 Section 6 -Technical Specifications Standard Test Methods for Chemical Analysis of Hydraulic Cement Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland Cement Concrete ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregates by Drying ASTM C642 Standard Test Method for Density, Absorption, and Voids in Hardened Concrete ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregate (Accelerated Mortar -Bar Method) ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D3665 ASTM D4791 ASTM E178 Standard Practice for Random Sampling of Construction Materials Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate Standard Practice for Dealing With Outlying Observations ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a Profilograph U S Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) ASTM A184 ASTM A615 ASTM A704 ASTM A706 ASTM A714 ASTM A775 ASTM A934 ASTM A996 ASTM A1064 MATERIAL REQUIREMENTS Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement Standard Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe Standard Specification for Epoxy -Coated Steel Reinforcing Bars Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-77 Section 6 -Technical Specifications ASTM A1078 Standard Specification for Epoxy -Coated Steel Dowels for Concrete Pavement ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C881 Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving And Structural Construction ACI 211 1 Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete ACI 305R Guide to Hot Weather Concreting ACI 306R Guide to Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete AC 150/5320-6 Airport Pavement Design and Evaluation PCA Design and Control of Concrete Mixtures END ITEM P-501 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-78 Section 6 -Technical Specifications ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans MATERIALS 603-2.1 Bituminous materials. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for tack coat appropriate to local conditions or as designated by the Engineer CONSTRUCTION METHODS 603-3.1 Weather limitations. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F (10°C) or above, the temperature has not been below 35°F (2°C) for the 12 hours prior to application, and when the weather is not foggy or rainy The temperature requirements may be waived when directed by the Engineer 603-3.2 Equipment. The Contractor shall provide equipment for heating and applying the bituminous material Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65 0 psi (4 5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0 05 to 2 0 gallons per square yard (0.23 to 9 05 L/square meter), with a pressure range of 25 to 75 psi (172 4 to 517 1 kPa) and with an allowable variation from the specified rate of not more than ±5%, and at variable widths Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor Equip the distributor to circulate and agitate the bituminous material during the heating process If the distributor is not equipped with an operable quick shutoff valve, the tack operations shall be started and stopped on building paper The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner A power broom and/or power blower suitable for cleaning the surfaces to which the bituminous tack coat is to be applied shall be provided 603-3.3 Application of bituminous material. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before the overlying mixture is placed on the tacked surface The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the rate of 0 05 to 0 10 gallons per square yard (0.20 to 0 50 liters per square meter) depending on the condition of the existing surface The type of bituminous material and application rate shall be approved by the Engineer prior to application After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the Engineer The Contractor shall protect the tack coat and maintain the surface until the next course has been placed 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-79 Section 6 -Technical Specifications 603-3.4 Bituminous material Contractor's responsibility. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The engineer may use the local state DOT agency supplier certification program for approval instead of the test reports The tests reports shall be provided to and approved by the Engineer before the bituminous material is applied If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance Samples may be taken and tested for verification by the engineer when material is delivered to the site 603-3.5 Freight and weigh bills The Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken The delivery or storage units will not be released until the final outage has been taken METHOD OF MEASUREMENT 603-4.1 The bituminous material for tack coat will not be measured separately but as incidental to the various items requiring tack. BASIS OF PAYMENT 603.5-1 Individual payment will not be made for bituminous tack coat but will instead be considered incidental to other pay items ASTM D633 ASTM D977 ASTM D1250 ASTM D2028 ASTM D2397 ASTM D3628 MATERIAL REQUIREMENTS Standard Volume Correction Table for Road Tar Standard Specification for Emulsified Asphalt Standard Guide for Use of the Petroleum Measurement Tables Standard Specification for Cutback Asphalt (Rapid -Curing Type) Standard Specification for Cationic Emulsified Asphalt Standard Practice for Selection and Use of Emulsified Asphalts END ITEM P-603 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-80 Section 6 -Technical Specifications ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material capable of effectively sealing joints and cracks in rigid pavements MATERIALS 605-2.1 Joint sealants. Joint sealant materials shall meet the requirements of ASTM D5893, Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant or ASTM D6690 Hot Applied Joint Sealant. Joint sealant meeting ASTM D5893 shall be used only in concrete joints Joint sealant meeting ASTM D6690 shall be used for joints between concrete and asphalt pavements Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer's original sealed container Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the sealant meets the requirements of this specification 605-2.2 Backer rod. The material furnished shall be a compressible, non -shrinking, non -staining, non - absorbing material that is non-reactive with the joint sealant. The material shall have a water absorption of not more than 5% when tested in accordance with ASTM C509 The backer -rod material shall be 25% ± 5 larger in diameter than the nominal width of the crack. 605-2.3 Backup materials. Provide backup material that is a compressible, nonshrinking, nonstaining, nonabsorbing material, nonreactive with the joint sealant. The material shall have a melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789 The material shall have a water absorption of not more than 5% of the sample weight when tested in accordance with ASTM C509 The backup material shall be 25 ±5% larger in diameter than the nominal width of the crack. 605-2.4 Bond breaking tapes. Provide a bond breaking tape or separating material that is a flexible, nonshrinkable, nonabsorbing, nonstaining, and nonreacting adhesive -backed tape The material shall have a melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789 The bond breaker tape shall be approximately 1/8 inch (3 mm) wider than the nominal width of the joint and shall not bond to the joint sealant. CONSTRUCTION METHODS 605-3.1 Time of application. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50°F (10°C) and rising at the time of application of the poured joint sealing material Do not apply sealant if moisture is observed in the joint. 605-3.2 Equipment. Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and maintained in satisfactory condition at all times Submit a list of proposed equipment to be used in performance of construction work including descriptive data, 14 days prior to use on the project. a. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified or for refacing joints or cleaning sawed joints where sandblasting does not provide a clean joint. b. Sandblasting equipment. Sandblasting is not allowed c. Waterblasting equipment. Include with the waterblasting equipment a trailer -mounted water tank, pumps, high-pressure hose, wand with safety release cutoff control, nozzle, and auxiliary water resupply equipment. Provide water tank and auxiliary resupply equipment of sufficient capacity to permit continuous operations The nozzle shall have an adjustable guide that will hold the nozzle 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-81 Section 6 -Technical Specifications aligned with the joint approximately one inch (25 mm) above the pavement surface Adjust the height, angle of inclination and the size of the nozzle as necessary to obtain satisfactory results A pressure gauge mounted at the pump shall show at all times the pressure in psi (kPa) at which the equipment is operating d. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing or cleaning the crack faces e. Hot -poured sealing equipment. The unit applicators used for heating and installing ASTM D6690 joint sealant materials shall be mobile and shall be equipped with a double -boiler, agitator -type kettle with an oil medium in the outer space for heat transfer; a direct -connected pressure-type extruding device with a nozzle shaped for inserting in the joint to be filled, positive temperature devices for controlling the temperature of the transfer oil and sealant, and a recording type thermometer for indicating the temperature of the sealant. The applicator unit shall be designed so that the sealant will circulate through the delivery hose and return to the inner kettle when not in use f. Cold -applied, single -component sealing equipment. The equipment for installing ASTM D5893 single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses, and nozzle for transferring the sealant from the storage container into the joint opening The dimension of the nozzle shall be such that the tip of the nozzle will extend into the joint to allow sealing from the bottom of the joint to the top Maintain the initially approved equipment in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval Small hand-held air -powered equipment (i e , caulking guns) may be used for small applications 605-3.3 Preparation of joints. a. Sawing. All joints shall be sawed in accordance with specifications and plan details Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the sides and upper edges of the joint space to be sealed Cleaning shall be accomplished by waterblaster as specified in paragraph 605-3.2 The newly exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch (12 mm) from the joint edge shall be sandblasted clean Sandblasting shall be accomplished in a minimum of two passes One pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 inches (75 mm) from it. After final cleaning and immediately prior to sealing, blow out the joints with compressed air and leave them completely free of debris and water The joint faces shall be surface dry when the seal is applied c. Back-up material. When the joint opening is of a greater depth than indicated for the sealant depth, plug or seal off the lower portion of the joint opening using a back-up material to prevent the entrance of the sealant below the specified depth Take care to ensure that the backup material is placed at the specified depth and is not stretched or twisted during installation d. Bond -breaking tape. Where inserts or filler materials contain bitumen, or the depth of the joint opening does not allow for the use of a backup material, insert a bond -breaker separating tape to prevent incompatibility with the filler materials and three -sided adhesion of the sealant. Securely bond the tape to the bottom of the joint opening so it will not float up into the new sealant. 605-3.4 Installation of sealants. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed Sealants shall be installed in accordance with the following requirements a. Immediately preceding, but not more than 50 feet (15 m) ahead of the joint sealing operations, perform a final cleaning with compressed air Fill the joints from the bottom up to 1/4 inch ±1/16 inch below the pavement surface Remove and discard excess or spilled sealant from the pavement by approved methods Install the sealant in such a manner as to prevent the formation of voids and entrapped air In no case shall gravity methods or pouring pots be used to install the sealant material Traffic shall not be permitted over newly sealed pavement until authorized by the Contracting Officer 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-82 Section 6 -Technical Specifications When a primer is recommended by the manufacturer, apply it evenly to the joint faces in accordance with the manufacturer's instructions Check the joints frequently to ensure that the newly installed sealant is cured to a tack -free condition within the time specified 605-3.5 Inspection. The Contractor shall inspect the joint sealant for proper rate of cure and set, bonding to the joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be removed from the joint, wasted, and replaced as specified at no additional cost to the airport. 605-3.6 Clean-up. Upon completion of the project, remove all unused materials from the site and leave the pavement in a clean condition METHOD OF MEASUREMENT 605-4.1 A separate unit of measurement will not be made for each type of joint seal Measurement for joint sealing filler will be inclusive in the related Items in the Bid Proposal BASIS OF PAYMENT 605-5.1 Payment for joint sealing material will not be paid for separately, but will be inclusive in the related Items in the Bid Proposal TESTING REQUIREMENTS ASTM D412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension ASTM C509 Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing Material ASTM D1644 Standard Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS AC 150/5340-30 Design and Installation Details for Airport Visual Aids ASTM D789 Standard Test Method for Determination of Relative Viscosity of Polyamide (PA) ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements END ITEM P-605 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-83 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-84 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of plain or reinforced structural portland cement concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans This specification shall be used for all structural and miscellaneous concrete including signage bases MATERIALS 610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use The source of all materials shall be approved by the Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and C1567 The laboratory performing the tests shall be accredited in accordance with ASTM C1077 The laboratory accreditation must be current and listed on the accrediting authority's website Test method ASTM C1260 must be listed on the lab accreditation A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260 The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0 10% at 28 days (30 days from casting) (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) CRD C662 If lithium nitrate admixture is used, it shall be nominal 30% ±0 5% weight lithium nitrate in water If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0 10% at 28 days, the proposed combined materials will be accepted If the expansion of the proposed combined materials test specimens is greater than 0 10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0 10% at 28 days, or new aggregates shall be evaluated and tested 610-2.2 Coarse aggregate. The coarse aggregate for concrete shall meet the requirements of ASTM C33 The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability Coarse aggregate shall be well graded from coarse to fine and shall meet the following gradation shown in the table below when tested per ASTM C136 (3) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-85 Section 6 -Technical Specifications Gradation for Coarse Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 2" (50 mm) 1-1/2" (38 mm) 1" (25 mm) 3/4" (19 mm) 1/2" (12 mm) 3/8" (9 mm) No. 4 No 4 to 3/4 in (4 75-19 mm) No 50 (0 30 mm) 10-30 100 90-100 20-55 0-10 No 4 to 1 in (4 75-25 mm) 100 90-100 25-60 0-10 No 4 to 1-1/2 in (4 75-38 mm) 100 95-100 35-70 10-30 0-5 610-2.2.1 Aggregate susceptibility to durability (D) cracking. Aggregates that have a history of D -cracking shall not be used 610-2.3 Fine aggregate. The fine aggregate for concrete shall meet the requirements of ASTM C33 The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table below when tested in accordance with ASTM C136 Gradation for Fine Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 inch (9 mm) 100 No 4 (4 75 mm) 95-100 No 16 (1 18 mm) 45-80 No 30 (0 60 mm) 25-55 No 50 (0 30 mm) 10-30 No 100 (0 15 mm) 2-10 Blending will be permitted, if necessary, to meet the gradation requirements for f ne aggregate Fine aggregate deficient in the percentage of material passing the No 50 mesh sieve may be accepted, if the deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in paragraph 610-2 6, Admixtures, in sufficient quantity to produce the required workability as approved by the Engineer 610-2.4 Cement. Cement shall conform to the requirements of ASTM Type II If aggregates are deemed innocuous when tested in accordance with paragraph 610-2 1 a 1 and accepted in accordance with paragraph 610-2 1 a 3, higher equivalent alkali content in the cement may be allowed if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected Cement salvaged from discarded or used bags shall not be used The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before use of the cement is granted All test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 Water. The water used in concrete shall be fresh, clean and potable, free from injurious amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete 610-2.6 Admixtures and supplementary cementitious material. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-86 Section 6 -Technical Specifications a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions The air - entrainment agent and any water reducer admixture shall be compatible b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used c. Other chemical admixtures. The use of set retarding, and set -accelerating admixtures shall be approved by the Engineer Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set -accelerating shall meet the requirements of ASTM C494, Type C Calcium chloride and admixtures containing calcium chloride shall not be used d. Lithium nitrate The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon (1.2 kg/L), and shall have the approximate chemical form as shown below. Constituent Limit (Percent by Mass) LiNO3 (Lithium Nitrate) 30 ±0 5 SO4 (Sulfate Ion) 0 1 (max) CI (Chloride Ion) 0.2 (max) Na (Sodium Ion) 0 1 (max) K (Potassium Ion) 0 1 (max) Provide a trained representative to supervise the lithium nitrate admixture dispensing and mixing operations e. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6% Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13% 610-2.7 Premolded joint material. Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751 610-2.8 Joint filler. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified 610-2.9 Steel reinforcement. Reinforcing shall consist of deformed steel reinforcement conforming to the requirements of ASTM AGIS, Grade 60 and/or welded steel wire fabric conforming to the requirements of ASTM A1064 610-2.10 Materials for curing concrete. Curing materials shall conform to one of the following specifications The Engineer shall select one or more of the following: Waterproof paper ASTM C171 Clear or white Polyethylene Sheeting ASTM C171 White -pigmented Liquid Membrane -Forming Compound, Type 2, Class B ASTM C309 CONSTRUCTION METHODS 610-3.1 General. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified here All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to the inspection and approval of the Engineer 610-3.2 Concrete composition. The concrete shall develop a compressive strength of 4,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39 The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-87 Section 6 -Technical Specifications meter) The concrete shall contain 5% of entrained air, ±1%, as determined by ASTM C231 and shall have a slump of not more than 4 inches (100 mm) as determined by ASTM C143 610-3.3 Acceptance sampling and testing. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 610-3.2 The concrete shall be sampled in accordance with ASTM C172 Concrete cylindrical compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39 The Contractor shall cure and store the test specimens under such conditions as directed by the Engineer Each acceptance test lot will include concrete compressive cylindrical tests, one air entrainment test, and one slump test. Three concrete cylinders will be made per each lot. The Contractor shall cure and store the test specimens under such conditions as directed The average of the first two breaks of the concrete cylinders taken at 28 days will be compared to the requirements of paragraph 3.2 for acceptance The third cylinder will be prepared as a backup No single lot will represent more than 32 cubic yards of concrete poured during one day A minimum of one lot will be taken each day that concrete is delivered to the project. Concrete sampling and testing for compliance with specification requirements shall be the responsibility of the Contractor, subject to review by the Engineer Concrete which fails to meet the requirements of this specification shall be removed and replaced by the Contractor at no additional cost to the Owner 610-3.4 Qualifications for concrete testing service. Perform concrete testing by an approved laboratory and inspection service experienced in sampling and testing concrete Testing agency must meet the requirements of ASTM C1077 or ASTM E329 610-3.5 Proportioning and measuring devices. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so the required, exact weight of aggregates is obtained 610-3.6 Consistency. The consistency of the concrete shall be determined by the slump test specified in ASTM C143 610-3.7 Mixing. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94 610-3.8 Mixing conditions. The concrete shall be mixed only in quantities required for immediate use Concrete shall not be mixed while the air temperature is below 40°F (4°C) without permission of the Engineer If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F (10°C) nor more than 100°F (38°C) The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense Retempering of concrete by adding water or any other material shall not be permitted The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete 610-3.9 Forms Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown on the plans The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes The Contractor shall be responsible for their adequacy The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed All forms shall be wetted with water or with a non -staining mineral oil, which shall be applied immediately before the concrete is placed Forms shall be constructed so they can be removed without injuring the concrete or concrete surface The forms shall not be removed until at least 30 hours after concrete placement for vertical faces, walls, slender columns, and 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-88 Section 6 -Technical Specifications similar structures Forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate the concrete has developed at least 60% of the design strength 610-3.10 Placing reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections The reinforcement shall be supported by approved metal chairs Shop drawings, lists, and bending details shall be supplied by the Contractor when required 610-3.11 Embedded items. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter The concrete shall be spaded and consolidated around and against embedded items The embedding of wood shall not be allowed 610-3.12 Placing concrete. All concrete shall be placed during daylight hours, unless otherwise approved The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved by the Engineer Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary The concrete shall not be dropped from a height of more than 5 feet (1 5 m) Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing Do not subject concrete to procedures which cause segregation Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation 610-3.13 Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309, Guide for Consolidation of Concrete Where bars meeting ASTM A775 or A934 are used, the vibrators shall be equipped with rubber or non-metallic vibrator heads Furnish a spare, working, vibrator on the job site whenever concrete is placed Consolidate concrete slabs greater than 4 inches (100 mm) in depth with high frequency mechanical vibrating equipment supplemented by hand spading and tamping Consolidate concrete slabs 4 inches (100 mm) or less in depth by wood tampers, spading, and settling with a heavy leveling straightedge Operate internal vibrators with vibratory element submerged in the concrete, with a minimum frequency of not less than 6000 cycles per minute when submerged Do not use vibrators to transport the concrete in the forms Penetrate the previously placed lift with the vibrator when more than one lift is required Use external vibrators on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete Vibrators shall be manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms The vibration at any point shall be of sufficient duration to accomplish compaction but shall not be prolonged to where segregation occurs Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie or other approved method and shall not be disturbed after placement. 610-3.14 Construction joints. If the placement of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, provisions shall be made for grooves, steps, reinforcing bars or other devices as specified The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.15 Expansion joints. Expansion joints shall be constructed at such points and dimensions as indicated on the drawings The premolded filler shall be cut to the same shape as the surfaces being joined The filler shall be fixed firmly against the surface of the concrete already in place so that it will not be displaced when concrete is deposited against it. 610-3.16 Defective work. Any defective work discovered after the forms have been removed, which in the opinion of the Engineer cannot be repaired satisfactorily, shall be immediately removed and replaced at the expense of the Contractor Defective work shall include deficient dimensions, or bulged, uneven, or honeycomb on the surface of the concrete 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-89 Section 6 -Technical Specifications 610-3.17 Surface finish. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck -off with a straightedge and floated Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces The surface finish of exposed concrete shall be a rubbed finish If forms can be removed while the concrete is still green, the surface shall be wetted and then rubbed with a wooden float until all irregularities are removed If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface When approved, the finishing can be done with a finishing machine 610-3.18 Curing and protection. All concrete shall be properly cured and protected by the Contractor The concrete shall be protected from the weather, flowing water, and from defacement of any nature during the project. The concrete shall be cured by covering with an approved material as soon as it has sufficiently hardened Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for at least three (3) days following concrete placement. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to air currents Wooden forms shall be kept wet at all times until removed to prevent opening of joints and drying out of the concrete Traffic shall not be allowed on concrete surfaces for seven (7) days after the concrete has been placed 610-3.19 Drains or ducts. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete 610-3.20 Cold weather placing. When concrete is placed at temperatures below 40°F (4°C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing The aggregates, or water, or both, shall be heated to place the concrete at temperatures between 50°F and 100°F (10°C and 38°C) Calcium chloride may be incorporated in the mixing water when directed by the Engineer Not more than pounds (908 grams) of Type 1 nor more than 1 6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc , to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F (10°C) until at least 60% of the designed strength has been attained 610-3.21 Hot weather placing. Concrete shall be properly placed and finished with procedures previously submitted The concrete -placing temperature shall not exceed 95°F when measured in accordance with ASTM C1064 Cooling of the mixing water and aggregates, or both, may be required to obtain an adequate placing temperature A retarder meeting the requirements of paragraph 610-2 6 may be used to facilitate placing and finishing Steel forms and reinforcement shall be cooled prior to concrete placement when steel temperatures are greater than 120°F (50°C) Conveying and placing equipment shall be cooled if necessary to maintain proper concrete -placing temperature Submit the proposed materials and methods for review and approval by the Engineer, if concrete is to be placed under hot weather conditions 610-3.22 Filling joints. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools Joint filling shall not start until after final curing and shall be done only when the concrete is completely dry The cleaning and filling shall be done with proper equipment to obtain a neat looking joint free from excess filler METHOD OF MEASUREMENT 610-4.1 Portland cement concrete shall not be measured for payment as it is considered incidental to other items 610-4.2 Reinforcing steel shall not be measured for payment as it is considered incidental to other items 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-90 Section 6 -Technical Specifications BASIS OF PAYMENT 610-5.1 No direct payment shall be made for Portland cement concrete and the cost shall be considered incidental to other items 610-5.2 No direct payment shall be made for Reinforcing steel and the cost shall be considered incidental to other items ASTM C31 ASTM C39 ASTM C136 ASTM C138 ASTM C143 ASTM C231 ASTM C666 ASTM C1017 TESTING REQUIREMENTS Standard Practice for Making and Curing Concrete Test Specimens in the Field Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete Standard Test Method for Slump of Hydraulic -Cement Concrete Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregates (Accelerated Mortar -Bar Method) ASTM E329 Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection U S Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) ASTM A184 ASTM A185 ASTM A615 ASTM A704 MATERIAL REQUIREMENTS Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-91 Section 6 -Technical Specifications ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 END OF ITEM P-610 Page 6-92 Section 6 -Technical Specifications ITEM P-620 RUNWAY AND TAXIWAY MARKING DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer The terms "paint" and "marking material" as well as "painting" and "application of markings" are interchangeable throughout this specification MATERIALS 620-2.1 Materials acceptance. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements The reports can be used for material acceptance or the Engineer may perform verification testing The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer Material shall not be loaded into the equipment until inspected by the Engineer 620-2.2 Marking materials. Paint shall be waterborne in accordance with the requirements of paragraph 620-2.2 a Paint shall be furnished in White -37925, Yellow- 33538 or 33655 and Red 31136 in accordance with Federal Standard No 595 a. Waterborne. Paint shall meet the requirements of Federal Specification TT -P -1952E, Type I The non- volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis 620-2.3 Reflective media. Glass beads shall meet the requirements for Federal Specification TT -B -1325D, Type I, gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. CONSTRUCTION METHODS 620-3.1 Weather limitations. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F (7°C) and rising and the pavement surface temperature is at least 5°F (2 7°C) above the dew point or meets the manufacturer's recommendations Markings shall not be applied when the pavement temperature is greater than 130°F (55°C) Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns 620-3.2 Equipment. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job The mechanical marker shall be an atomizing spray -type or airless -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray 620-3.3 Preparation of surface. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all contaminants minimizing damage to the pavement surface Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material Sandblasting or high-pressure water shall be used to remove curing materials 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-93 Section 6 -Technical Specifications At least 24 hours prior to remarking existing markings, loose, existing markings must be removed such that 75% of the loose existing markings are removed After removal, the surface shall be cleaned of all residue or debris either with sweeping or blowing with compressed air or both Prior to the application of any markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied This certification along with a copy of the paint manufacturer's surface preparation and application requirements must be submitted and approved by the Engineer prior to the initial application of markings 620-3.4 Layout of markings. The proposed markings shall be laid out in advance of the paint application The locations of markings to receive glass beads shall be shown on the plans 620-3.5 Application. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and marking dimensions and spacings shall be within the following tolerances Dimension and Spacing Tolerance 36 inch (910 mm) or less ±1/2 inch (12 mm) greater than 36 inch to 6 feet (910 mm to 1 85 m) ±1 inch (25 mm) greater than 6 feet to 60 feet (1 85 m to 18 3 m) ±2 inch (50 mm) greater than 60 feet (18 3 m) ±3 inch (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1 The addition of thinner will not be permitted Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings 620-3.6 Test strip. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the Engineer The test strip shall include the application of a minimum of 5 gallons (4 liters) of paint and application of 35 lbs (15 9 kg) of Type 1/50 lbs (22 7 kg) of Type III glass beads The test strip shall be used to establish thickness/darkness standard for all markings The test strip shall cover no more than the maximum area prescribed in Table 1 Table 1. Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) Paint Type Paint Square feet per gallon, ft /gal (Sq m per liter, m2/I) Glass Beads, Type I, Gradation A Pounds per gallon of paint-Ib/gal (Km per liter of(Km p paint-kg/I) Glass Beads, Type III Pounds per gallon of paint-Ib/gal per liter of(Km p paint-kg/I) Glass Beads, Type IV Pounds per gallon of paint-Ib/gal per liter of paint-kg/I) Waterborne Type 1 or II 115 ft2/gal max (2 8 m2/I) 7 Ib/gal min (0 85 kg/I) 10 Ib/gal min (1.2 kg/I) __ Initial markings shall be applied at 50 percent of the above specified application rates Glass beads are not required for initial markings A 30 day waiting period is required between initial and final marking applications for all types of paints to be used for pavement marking 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-94 Section 6 -Technical Specifications Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads Glass beads shall be applied at the rate shown in Table 1 Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made Different bead types shall not be mixed Regular monitoring of glass bead embedment should be performed All emptied containers shall be returned to the paint storage area for checking by the Engineer The containers shall not be removed from the airport or destroyed until authorized by the Engineer 620-3.7 Application --preformed thermoplastic airport pavement markings. a. Asphalt and Portland cement. To ensure minimum single -pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self-propelled mobile heater with an effective heating width of no less than 16 feet (5 m) and a free span between supporting wheels of no less than 18 feet (5 5 m) The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 inches (50 mm) wide linear segments in the direction of heater travel must be within 5% of the overall average temperature of the heated thermoplastic material as it exits the heater The material must be able to be applied at ambient and pavement temperatures down to 35°F (2°C) without any preheating of the pavement to a specific temperature The material must be able to be applied without the use of a thermometer The pavement shall be clean, dry, and free of debris A non-volatile organic content (non-VOC) sealer with a maximum applied viscosity of 250 centiPoise must be applied to the pavement shortly before the markings are applied The supplier must enclose application instructions with each box/package 620-3.8 Protection and cleanup. After application of the markings, all markings shall be protected from damage until dry All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet of painting and reflective media performed in accordance with the specifications and accepted by the Engineer BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract price per square foot for runway, taxiway and apron painting with reflective media. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item Payment will be made under Item P-620-5 1-1 Runway and Taxiway Markings with Glass Beads — per square foot (SF) ASTM C371 TESTING REQUIREMENTS Standard Test Method for Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester ASTM D711 Standard Test Method for No -Pick -Up Time of Traffic Paint ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-95 ASTM D2074 ASTM D2240 ASTM D7585 ASTM E1710 ASTM E2302 ASTM G154 Section 6 -Technical Specifications Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method Standard Test Method for Rubber Property - Durometer Hardness Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN -Prescribed Geometry Using a Portable Retroreflectometer Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials MATERIAL REQUIREMENTS ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products 40 CFR Part 60, Appendix A-7, Method 24Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910 1200 Hazard Communication FED SPEC TT -B -1325D Beads (Glass Spheres) Retro -Reflective AASHTO M247Standard Specification for Glass Beads Used in Pavement Markings FED SPEC TT -P -1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description A -A -2886B Paint, Traffic, Solvent Based FED STD 595 AC 150/5340-1 Colors used in Government Procurement Standards for Airport Markings END OF ITEM P-620 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-96 Section 6 -Technical Specifications ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below 701-2.2 Pipe. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements AASHTO M243 Standard Specification for Field -Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500 -mm (12 - to 60 -in) Diameter ASTM C14 Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter ASTM F894 Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F2435 Standard Specification for Steel Reinforced Polyethylene (PE) Corrugated Pipe ASTM F2562 Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non -Pressure Drainage and Sewerage 701-2.3 Concrete. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13 8 MPa) at 28 days and conform to the requirements of ASTM C94 701-2.4 Rubber gaskets. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C443 Rubber gaskets for PVC pipe, polyethylene, and polypropylene pipe shall conform to the requirements of ASTM F477 Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D1056, for the "RE" closed cell grades Rubber gaskets for steel reinforced thermoplastic ribbed pipe shall conform to the requirements of ASTM F477 701-2.5 Joint mortar. Pipe joint mortar shall consist of one part Portland cement and two parts sand The Portland cement shall conform to the requirements of ASTM C150, Type I The sand shall conform to the requirements of ASTM C144 701-2.6 Joint fillers. Poured filler for joints shall conform to the requirements of ASTM D6690 701-2.7 Plastic gaskets. Plastic gaskets shall conform to the requirements of AASHTO M198 (Type B) 701-2.8 Controlled low -strength material (CLSM) Controlled low -strength material shall conform to the requirements of Item P-153 When CLSM is used all joints shall have gaskets 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-97 Section 6 -Technical Specifications CONSTRUCTION METHODS 701-3.1 Excavation. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side The trench walls shall be approximately vertical The Contractor shall comply with all current Federal, state and local rules and regulations governing the safety of men and materials during the excavation, installation and backfilling operations Specifically, the Contractor shall observe that all requirements of the Occupational Safety and Health Administration (OSHA) relating to excavations, trenching and shoring are strictly adhered to The width of the trench shall be sufficient to permit satisfactorily jointing of the pipe and thorough compaction of the bedding material under the pipe and backfill material around the pipe, but it shall not be greater than the widths shown on the plans trench detail The trench bottom shall be shaped to fully and uniformly support the bottom quadrant of the pipe Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 8 inch (200 mm) or 1/2 inch (12 mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width The Engineer shall determine the depth of removal necessary The granular material shall be compacted to provide adequate support for the pipe The excavation for pipes placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans 701-3.2 Bedding. The pipe bedding shall conform to the class specified on the plans The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply a. Rigid pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30% of the pipe's vertical outside diameter The layer of bedding material shall be shaped to fit the pipe for at least 10% of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe The bedding material shall be sand or select sandy soil with 100% passing a 3/8 inch (9 mm) sieve and not more than 10% passing a No 200 (0 075 mm) sieve Class C bedding shall consist of bedding the pipe in its natural foundation material to a depth of not less than 10% of the pipe's vertical outside diameter The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe b. Flexible pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows Pipe Corrugation Depth Minimum Bedding Depth inch mm inch mm 1/2 12 1 25 1 25 2 50 2 50 3 75 2-1/2 60 3-1/2 90 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-98 Section 6 -Technical Specifications c. PVC, polyethylene, and polypropylene pipe. For PVC, polyethylene, and polypropylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 inches (19 mm) For pipes installed under paved areas, no more than 12% of the material shall pass the No 200 (0 075 mm) sieve For all other areas, no more than 50% of the material shall pass the No 200 (0 075 mm) sieve The bedding shall have a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extend up around the pipe for a depth of not less than 50% of the pipe's vertical outside diameter 701-3.3 Laying pipe. The pipe laying shall begin at the lowest point of the trench and proceed upgrade The lower segment of the pipe shall be in contact with the bedding throughout its full length Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line Elliptical and elliptically reinforced concrete pipes shall be placed with the manufacturer's reference lines designating the top of the pipe within five degrees of a vertical plane through the longitudinal axis of the pipe 701-3.4 Joining pipe. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside Molds or runners shall be used for grouted joints to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal a. Concrete pipe. Concrete pipe may be either bell and spigot or tongue and groove The method of joining pipe sections shall be so the ends are fully entered and the inner surfaces are reasonably flush and even Joints shall be thoroughly wetted before applying mortar or grout. b. Metal pipe. Metal pipe shall be firmly joined by form -fitting bands conforming to the requirements of ASTM A760 for steel pipe and AASHTO M196 for aluminum pipe c. PVC, polyethylene and polypropylene pipe. Joints for PVC, Polyethylene, and Polypropylene pipe shall conform to the requirements of ASTM D3212 when water tight joints are required Joints for PVC and Polyethylene pipe shall conform to the requirements of AASHTO M304 when soil tight joints are required Fittings for polyethylene pipe shall conform to the requirements of AASHTO M252 or ASTM M294 Fittings for polypropylene pipe shall conform to ASTM F2881, ASTM F2736, or ASTM F2764 701-3.5 Backfilling. Pipes shall be inspected before any backfill is placed, any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense Material for backfill shall be fine, readily compatible soil or granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2 -inch (50 mm) sieve, chunks of highly plastic clay, or other objectionable material Granular backfill material shall have 95% or more passing the a 1/2 inch (12 mm) sieve, with 95% or more being retained on the No 4 (4 75 mm) sieve When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) on each side of the pipe and shall be brought up one foot (30 cm) above the top of the pipe or to natural ground level, whichever is greater Thoroughly compact the backfill material under the haunches of the pipe without displacing the pipe Material shall be brought up evenly on each side of the pipe for the full length of the pipe When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) and shall be brought up evenly on each side of the pipe to one foot (30 cm) above the top of the pipe The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter or 12 feet (3 7 m), whichever is less For PVC, polyethylene, and polypropylene pipe, the backfill shall be placed in two stages, first to the top of the pipe and then at least 12 inches (300 mm) over the top of the pipe The backfill material shall meet the requirements of paragraph 701-3.2c 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-99 Section 6 -Technical Specifications All backfill shall be compacted to the density required under Item P-152 It shall be the Contractor's responsibility to protect installed pipes and culverts from damage due to construction equipment operations The Contractor shall be responsible for installation of any extra strutting or backfill required to protect pipes from the construction equipment. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet (m) of pipe in place, completed, and approved It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable The several classes, types and size shall be measured separately All fittings shall be included in the footage as typical pipe sections in the pipe being measured 701-4.2 The volume of concrete for pipe cradles shall be the number of cubic yards (cubic meters) of concrete that is completed in place and accepted 701-4.3 The volume of rock shall be the number of cubic yards (cubic meters) of rock excavated No payment shall be made for the cushion material placed for the bed of the pipe BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot (meter) for each kind of pipe of the type and size designated, at the contract unit price per cubic yard (cubic meter) of concrete for pipe cradles, and at the contract unit price per cubic yard (cubic meter) for rock excavation These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item Payment will be made under Item 701-5 1a 6 -inch Ductile Iron Pipe - per linear foot (LF) Item 701-5 1 b 4 -inch Ductile Iron Pipe - per linear foot (LF) MATERIAL REQUIREMENTS AASHTO M167 Standard Specification for Corrugated Steel Structural Plate, Zinc -Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches AASHTO M190 Standard Specification for Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M196 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains AASHTO M198 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants AASHTO M219 Standard Specification for Corrugated Aluminum Alloy Structural Plate for Field - Bolted Pipe, Pipe -Arches, and Arches AASHTO M243 Standard Specification for Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500 -mm (12 - to 60 -in) Diameter AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-100 Section 6 -Technical Specifications AASHTO MP20 Standard Specification for Steel Reinforced Polyethylene (PE) Ribbed Pipe, 300 - to 900 -mm (12- to 36 -in) Diameter ASTM A760 Standard Specification for Corrugated Steel Pipe, Metallic Coated for Sewers and Drains ASTM A761 Standard Specification for Corrugated Steel Structural Plate, Zinc Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches ASTM A762 Standard Specification for Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains ASTM A849 Standard Specification for Post -Applied Coatings, Pavings, and Linings for Corrugated Steel Sewer and Drainage Pipe ASTM B745 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains ASTM C14 Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C94 Standard Specification for Ready Mixed Concrete ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets ASTM C506 Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C507 Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe ASTM C655 Standard Specification for Reinforced Concrete D -Load Culvert, Storm Drain and Sewer Pipe ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers ASTM D1056 Standard Specification for Flexible Cellular Materials Sponge or Expanded Rubber ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F667 Standard Specification for 3 through 24 in Corrugated Polyethylene Pipe and Fittings ASTM F714 Standard Specification for Polyethylene (PE) Plastic Pipe (DR PR) Based on Outside Diameter ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe & Fittings Based on Controlled Inside Diameter 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-101 Section 6 -Technical Specifications ASTM F894 Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F2435 Standard Specification for Steel Reinforced Polyethylene (PE) Corrugated Pipe ASTM F2562 Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non -Pressure Drainage and Sewerage ASTM F2736 Standard Specification for 6 to 30 in (152 to 762 mm) Polypropylene (PP) Corrugated Single Wall Pipe and Double Wall Pipe ASTM F2764 Standard Specification for 30 to 60 in (750 to 1500 mm) Polypropylene (PP) Triple Wall Pipe and Fittings for Non -Pressure Sanitary Sewer Applications ASTM F2881 Standard Specification for 12 to 60 in (300 to 1500 mm) Polypropylene (PP) Dual Wall Pipe and Fittings for Non -Pressure Storm Sewer Applications 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 END ITEM D-701 Page 6-102 Section 6 -Technical Specifications ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES DESCRIPTION 751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer MATERIALS 751-2.1 Brick. The brick shall conform to the requirements of ASTM C32, Grade MS 751-2.2 Mortar. Mortar shall consist of one part Portland cement and two parts sand The Portland cement shall conform to the requirements of ASTM C150, Type I The sand shall conform to the requirements of ASTM C144 751-2.3 Concrete. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P-610 751-2.4 Precast concrete pipe manhole rings. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C478 Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches (90 cm) nor more than 48 inches (120 cm) There shall be a gasket between individual sections and sections cemented together with mortar on the inside of the manhole 751-2.5 Corrugated metal. Corrugated metal shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M36 751-2.6 Frames, covers, and grates. The castings shall conform to one of the following requirements a. ASTM A48, Class 35B Gray iron castings b. ASTM A47 Malleable iron castings c. ASTM A27 Steel castings d. ASTM A283, Grade D Structural steel for grates and frames e. ASTM A536, Grade 65-45-12 Ductile iron castings f. ASTM A897.Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified For all structures designated in the plans to be "aircraft rated", including frames, covers, grates and hatches, the Contractor shall submit certifications or test results stamped by a Professional Engineer, that the structures are load rated for the loading required The load rating for structures not designated as "aircraft rated" shall meet HS -20 requirements at a minimum Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure All castings shall be thoroughly cleaned After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123 751-2.7 Steps. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed 751-2.8 Precast inlet structures. Manufactured in accordance with and conforming to ASTM C1433 751-2.9 Filter fabric. The filter fabric for drywells and percolation trenches shall be designed for use as a soil filtration media The fabric shall be a nonwoven fabric consisting of polypropylene fibers treated to resist degradation caused by exposure to sunlight and shall be resistant to commonly encountered soil chemicals, 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-103 Section 6 -Technical Specifications mildew, insects, and shall be non -biodegradable The fabric shall meet the following specifications within a 10% tolerance Filter Fabric Specification Structure Non Woven Thickness (mils) 47 Mass (oz/yd2) 3 3 Percent Open Area >85 Apparent Opening Size (mm) 0.21-0 60 Permissivity (sec -1) 4.2 Puncture (lbs) 40 Mullen Burst (psi) 110 Grab Tensile Elongation (lbs./%) 75/50 751-2.10 Drainage rock for drywells and percolation trench. Drainage rock for drywells shall be commercially available, uniformly graded, round rock, with 6 -inch maximum diameter sizing The Contractor shall verify the perforation sizes in the drywell walls to determine the minimum size of round rock. Drain rock for percolation trenches shall be commercially available uniformly graded 2-3 inch diameter round rock. CONSTRUCTION METHODS 751-3.1 Unclassified excavation. a. The Contractor shall excavate for structures and footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may direct, in writing, changes in dimensions or elevations of footings necessary for a satisfactory foundation b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer All seams or crevices shall be cleaned out and grouted All loose and disintegrated rock and thin strata shall be removed Where concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturbed, and excavation to final grade shall not be made until immediately before the concrete or reinforcing is placed c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure d. All bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure Removal shall not disturb or damage finished masonry The cost of removal shall be included in the unit price bid for the structure e. After excavation is completed for each structure, the Contractor shall notify the Engineer No concrete or reinforcing steel shall be placed until the Engineer has approved the depth of the excavation and the character of the foundation material 751-3.2 Brick structures. a. Foundations. A prepared foundation shall be placed for all brick structures after the foundation excavation is completed and accepted Unless otherwise specified, the base shall consist of reinforced concrete mixed, prepared, and placed in accordance with the requirements of Item P-610 b. Laying brick. All brick shall be clean and thoroughly wet before laying so that they will not absorb any appreciable amount of additional water at the time they are laid All brick shall be laid in freshly made mortar Mortar not used within 45 minutes after water has been added shall be discarded Retempering 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-104 Section 6 -Technical Specifications of mortar shall not be permitted An ample layer of mortar shall be spread on the beds and a shallow furrow shall be made in it that can be readily closed by the laying of the brick. All bed and head joints shall be filled solid with mortar End joints of stretchers and side or cross joints of headers shall be fully buttered with mortar and a shoved joint made to squeeze out mortar at the top of the joint. Any bricks that may be loosened after the mortar has taken its set, shall be removed, cleaned, and relaid with fresh mortar No broken or chipped brick shall be used in the face, and no spalls or bats shall be used except where necessary to shape around irregular openings or edges, in which case, full bricks shall be placed at ends or corners where possible, and the bats shall be used in the interior of the course In making closures, no piece of brick shorter than the width of a whole brick shall be used, and wherever practicable, whole brick shall be used and laid as headers c. Joints. All joints shall be filled with mortar at every course Exterior faces shall be laid up in advance of backing Exterior faces shall be plastered or parged with a coat of mortar not less than 3/8 inch (9 mm) thick before the backing is laid up Prior to parging, all joints on the back of face courses shall be cut flush Unless otherwise noted, joints shall be not less than 1/4 inch (6 mm) nor more than 1/2 inch (12 mm) wide and the selected joint width shall be maintained uniform throughout the work. d. Pointing. Face joints shall be neatly struck, using the weather -struck joint. All joints shall be finished properly as the laying of the brick progresses When nails or line pins are used the holes shall be immediately plugged with mortar and pointed when the nail or pin is removed e. Cleaning Upon completion of the work all exterior surfaces shall be thoroughly cleaned by scrubbing and washing with water If necessary to produce satisfactory results, cleaning shall be done with a 5% solution of muriatic acid which shall then be rinsed off with liberal quantities of water f. Curing and cold weather protection The brick masonry shall be protected and kept moist for at least 48 hours after laying the brick. Brick masonry work or pointing shall not be done when there is frost on the brick or when the air temperature is below 50°F (10°C) unless the Contractor has, on the project ready to use, suitable covering and artificial heating devices necessary to keep the atmosphere surrounding the masonry at a temperature of not less than 60°F (16°C) for the duration of the curing period 751-3.3 Concrete structures. Concrete structures shall be built on prepared foundations, conforming to the dimensions and shape indicated on the plans The construction shall conform to the requirements specified in Item P-610 Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed All invert channels shall be constructed and shaped accurately to be smooth, uniform, and cause minimum resistance to flowing water The interior bottom shall be sloped to the outlet. 751-3.4 Precast concrete structures. Precast concrete structures shall conform to ASTM C478 Precast concrete structures shall be constructed on prepared or previously placed slab foundations conforming to the dimensions and locations shown on the plans All precast concrete sections necessary to build a completed structure shall be furnished The different sections shall fit together readily Joints between precast concrete risers and tops shall be full -bedded in cement mortar and shall be smoothed to a uniform surface on both interior and exterior of the structure The top of the upper precast concrete section shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure The flow lines shall be smooth, uniform, and cause minimum resistance to flow The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches (300 mm) When a metal ladder replaces the steps, it shall be securely fastened into position 751-3.5 Corrugated metal structures. Corrugated metal structures shall be prefabricated All standard or special fittings shall be furnished to provide pipe connections or branches with the correct dimensions and of sufficient length to accommodate connecting bands The fittings shall be welded in place to the metal structures The top of the metal structure shall be designed so that either a concrete slab or metal collar may be attached to allow the fastening of a standard metal frame and grate or cover Steps or ladders shall be furnished as shown on the plans Corrugated metal structures shall be constructed on prepared foundations, conforming to the dimensions and locations as shown on the plans When indicated, the structures shall be placed on a reinforced concrete base 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-105 Section 6 -Technical Specifications 751-3.6 Inlet and outlet pipes. Inlet and outlet pipes shall extend through the walls of the structures a sufficient distance beyond the outside surface to allow for connections They shall be cut off flush with the wall on the inside surface of the structure, unless otherwise directed For concrete or brick structures, mortar shall be placed around these pipes to form a tight, neat connection 751-3.7 Placement and treatment of castings, frames, and fittings. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and elevation If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place before the concrete or mortar is placed The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry shall be brought true to line and grade and shall present an even bearing surface so the entire face or back of the unit will come in contact with the masonry The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed by the Engineer All units shall set firm and secure After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to harden for seven (7) days before the grates or covers are placed and fastened down 751-3.8 Installation of steps. The steps shall be installed as indicated on the plans or as directed by the Engineer When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is placed When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven (7) days After seven (7) days, the steps shall be cleaned and painted, unless they have been galvanized When steps are required with precast concrete structures, they shall be cast into the side of the sections at the time the sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches (300 mm) Instead of steps, prefabricated ladders may be installed For brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes For metal structures, the ladder shall be secured by welding the top support to the structure and grouting the bottom support into drilled holes in the foundation or as directed by the Engineer 751-3.10 Backfilling. a. After a structure has been completed, the area around it shall be backfilled with approved material, in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted to the density required in Item P-152 Each layer shall be deposited evenly around the structure to approximately the same elevation The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer b. Backfill shall not be placed against any structure until approved by the Engineer For concrete structures, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill and placing methods c. Backfill and drainage rock shall not be measured for direct payment. Performance of this work shall be considered an obligation of the Contractor covered under the contract unit price for the structure involved 751-3.11 Cleaning and restoration of site. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site Surplus dirt may be deposited in embankments, or as approved by the Engineer The Contractor shall restore all disturbed areas to their original condition The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-106 Section 6 -Technical Specifications METHOD OF MEASUREMENT 751-4.1 Manholes, catch basins, inlets, and inspection holes shall be measured by the unit. BASIS OF PAYMENT 751-5.1 The accepted quantities of manholes, catch basins, inlets, and inspection holes will be paid for at the contract unit price per each in place when completed This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials, furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans, and for all labor equipment, tools and incidentals necessary to complete the structure Payment will be made under Item D-751-5 1 Manholes - per each (EA) Item D-751-5.2 Catch Basins - per each (EA) Item D-751-5 3 Inlets - per each (EA) Item D-751-5 4 Inspection Holes - per each (EA) Item D-751-5 5 Adjust Structure Rim Elevation - per each (EA) ASTM A27 ASTM A47 ASTM A48 ASTM A123 ASTM A283 ASTM A536 ASTM A897 ASTM C32 ASTM C144 ASTM C150 ASTM C478 ASTM C1433 AASHTO M36 MATERIAL REQUIREMENT Standard Specification for Steel Castings, Carbon, for General Application Standard Specification for Ferritic Malleable Iron Castings Standard Specification for Gray Iron Castings Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates Standard Specification for Ductile Iron Castings Standard Specification for Austempered Ductile Iron Castings Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale) Standard Specification for Aggregate for Masonry Mortar Standard Specification for Portland Cement Standard Specification for Precast Reinforced Concrete Manhole Sections Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers Standard Specification for Corrugated Steel Pipe, Metallic -Coated, for Sewers and Drains 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 END OF ITEM D-751 Page 6-107 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-108 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding and fertilizing the areas shown on the plans or as directed by the Engineer in accordance with these specifications MATERIALS 901-2.1 Seed. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein Seed shall conform to the requirements of Federal Specification JJJ-S-181, Federal Specification, Seeds, and Agricultural Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery This statement shall include name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed Wet, moldy, or otherwise damaged seed will be rejected Seeds shall be applied as follows Seed Minimum Seed Purity (Percent) Minimum Germination (Percent) Rate of Application Ib/acre Paradise Sheep Fescue 90 85 20 Durar Hard Fescue 90 85 20 lbs Canon Canada Bluegrass 90 85 10 lbs Seeding shall be performed during the period between September 15 and November 15 inclusive, unless otherwise approved by the Engineer 901-2.2 Fertilizer Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers The fertilizers may be supplied in one of the following forms a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers, or c. A granular or pellet form suitable for application by blower equipment. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-109 Section 6 -Technical Specifications Fertilizers shall be 7-2-3 commercial fertilizer and shall be spread at the rate of 1,000 LB/AC Seed and fertilizer shall be applied with a tracer of wood cellulose fiber at an application rate of 250 pounds per acre when wet applied 901-2.3 Mulch and amendments. All amendments shall be delivered to the site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis and name In lieu of containers, amendments may be furnished in bulk. A certificate from the manufacturer or supplier indicating the above information shall accompany each delivery Compost and other organic amendments shall be accompanied with all applicable health certificates and permits Mulch shall be produced from natural or recycled (pulp) fiber, such as wood chips or similar wood materials, or from newsprint, corrugated cardboard, or a combination of these processed materials The fibers shall not contain any rock, metal, or plastic It shall be treated with a nontoxic green dye non-toxic to plant or animal life to facilitate inspection of the placement of the material It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture During the request for approval of the material source process, a letter of certification shall be submitted which certifies that the product contains less than 250 parts per million boron, and shall be otherwise nontoxic to plant or animal life The organic matter content shall be at least 90 percent on an oven -dry basis as determined by ASTM D 586 The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight. The wood fiber mulch shall be on the current WSDOT Qualified Products List. 901-2.4 Tackifier. Tackifiers used as a tie -down for seed and mulch shall be applied in quantities sufficient to equal the retention properties of guar when applied at the rate of 60 pounds per acre for slopes less than 2 1 and 120 pounds per acre for slopes greater than 2 1 Tackifier shall contain no growth or germination inhibiting materials nor significantly reduce infiltration rates Tackifier shall hydrate in water and readily blend with other slurry materials Tackifier options include Type A — Organic tackifier derived from natural organic plant sources Type B — Synthetic tackifier having an MSDS sheet that demonstrates to the satisfaction of Engineer that the product is not harmful to aquatic life The tacking agent shall be on the current WSDOT Qualified Products List. 901-2.5 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed CONSTRUCTION METHODS 901-3.1 Advance preparation and cleanup. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage include filling gullies, smoothing irregularities, and repairing other incidental damage An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade After grading has been completed and before applying seed and fertilizer areas to be seeded shall be cultivated to the depths specified to provide a reasonably firm but friable seedbed Cultivation shall take place no sooner than 1 week prior to seeding All areas to be seeded, including excavated slopes shall be 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-110 Section 6 -Technical Specifications compacted and prepared unless otherwise specified or ordered by the Engineer A cleated roller, crawler tractor, or similar equipment, approved by the Engineer that forms longitudinal depressions at least 2 -inches deep shall be used for compaction and preparation of the surface to be seeded The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding When the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means The CONTRACTOR shall thoroughly dampen the surface area where seed, fertilizer, and mulch is to be applied The prewatering shall be completed no sooner than 24 hours before applying seed, fertilizer and mulch Water shall be applied to a minimum dampened soil depth of 1 inch 901-3.2 Dry application method. a. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate that will provide not less than the minimum quantity stated in paragraph 901-2 3 b. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2 1 immediately after fertilizing The fertilizer and seed shall be raked within the depth range stated in the special provisions Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding c. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawn roller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils 901-3.3 Wet application method. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein The rates of application shall be as specified in the special provisions b. praying equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 Ib / sq inches (690 kPa) The pump shall be mounted in a line that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (16 mm) solids The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-111 Section 6 -Technical Specifications jet nozzle For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall be provided to which the nozzles may be connected c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations Not more than 220 pounds of lime shall be added to and mixed with each 100 gallons (380 liters) of water Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life Brackish water shall not be used at any time The Contractor shall identify to the Engineer all sources of water at least two (2) weeks prior to use The Engineer may take samples of the water at the source or from the tank at anytime and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed All such mixtures shall be used within two (2) hours from the time they were mixed or they shall be wasted and disposed of at approved locations d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds After the applied lime mixture has dried, the lime shall be worked into the top 3 inches, after which the seedbed shall again be properly graded and dressed to a smooth finish Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in The mixtures shall be applied by means of a high- pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff Particular care shall be exercised to ensure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried e. Mulching. Wood cellulose fiber mulch shall be furnished, hauled and evenly applied at a rate of 1,750 pounds per acre within forty-eight (48) hours after the areas where the seed and fertilizer have been applied Mulch shall not be allowed to be applied with the seed and fertilizer The application of fiber shall include a tacking agent in accordance with 901-2.?. The equipment used shall have a built- in agitation system with an operating capacity sufficient to agitate, suspend, and homogeneously mix a slurry of fiber mulch and tacking agent and meet the requirements of 901-3 b 901-3.4 Maintenance of seeded areas. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-112 Section 6 -Technical Specifications satisfaction of the Engineer A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of the area seeded Application during established planting season(s) will not relive the Contractor of the responsibility to re- apply seed and fertilizer (mulch and takifier) in the event of non -germination and subsequent lack of growth Preparation and re -applications of seed and fertilizer (mulch and takifier) will be at the expense of the Contractor METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of units measured on the ground surface, completed and accepted BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item Payment will be made under Item T-901-5 1 Seeding - per acre (AC) ASTM C602 ASTM D977 FED SPEC MATERIAL REQUIREMENTS Standard Specification for Agricultural Liming Materials Standard Specification for Emulsified Asphalt JJJ-S-181, Federal Specification, Seeds, Agricultural END OF ITEM T-901 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-113 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-114 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM T-904 SODDING DESCRIPTION 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer MATERIALS 904-2.1 Sod. Sod furnished by the Contractor shall have a good cover of living or growing grass This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials that might be detrimental to the development of the sod or to future maintenance At least 70% of the plants in the cut sod shall be composed of the species stated in the special provisions, and any vegetation more than 6 inches in height shall be mowed to a height of 1 inch or less before sod is lifted Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than that stated in the special provisions 904-2.2 Lime. Lime shall not be used 904-2.3 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers The fertilizers may be supplied in one of the following forms a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers, or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 7-2-3 commercial fertilizer and shall be spread at the rate of 33Ib/1,000 square feet. 904-2.4 Water. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass It shall be subject to the approval of the Engineer prior to use 904-2.5 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed CONSTRUCTION METHODS 904-3.1 General. Areas to be solid, strip, or spot sodded shall be shown on the plans Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition that are to remain undisturbed shall also be shown on the plans Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started The Contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates 904-3.2 Preparing the ground surface. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas If any damage by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone, the 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-115 Section 6 -Technical Specifications Contractor shall repair such damage This may include filling gullies, smoothing irregularities, and repairing other incidental damage 904-3.3 Applying fertilizer and ground limestone. Following ground surface preparation, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in the special provisions If use of ground limestone is required, it shall then be spread at a rate that will provide not less than the minimum quantity stated in the special provisions These materials shall be incorporated into the soil to a depth of not less than 2 inches by discing, raking, or other suitable methods Any stones larger than 2 inches in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed 904-3.4 Obtaining and delivering sod. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches Sod sections or strips shall be cut in uniform widths, not less than 10 inches, and in lengths of not less than 18 inches , but of such length as may be readily lifted without breaking, tearing, or loss of soil Where strips are required, the sod must be rolled without damage with the grass folded inside The Contractor may be required to mow high grass before cutting sod The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904-3.5 Laying sod. Sodding shall be performed only during the seasons when satisfactory results can be expected Frozen sod shall not be used and sod shall not be placed upon frozen soil Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches immediately prior to laying the sod The sod shall be moist and shall be placed on a moist earth bed Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and ensure knitting without displacement of the sod or deformation of the surfaces of sodded areas Where the sod may be displaced during sodding operations, the workmen, when replacing it, shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods The quantity of the fill soil shall not cause smothering of the grass Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately one inch below the pavement edge Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges On slopes steeper than one (1) vertical to 2-1/2 horizontal and in v -shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches in length and have a cross-sectional area of not less than 3/4 sq inch The pegs shall be driven flush with the surface of the sod 904-3.6 Watering. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured In all cases, watering shall be done in a manner that will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface 904-3.7 Establishing turf. a. General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-116 Section 6 -Technical Specifications c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area 904-3.8 Repairing. When the surface has become gullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be sodded as specified in paragraph 904-3 5 METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards of the surface covered with sod and accepted BASIS OF PAYMENT 904-5.1 This item will be paid for on the basis of the contract unit price per square yard for sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified Payment will be made under Item T-904-5 1 Sodding - per square yard (SY) MATERIAL REQUIREMENTS ASTM C602 Standard Specification for Agricultural Liming Materials END OF ITEM T-904 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-117 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-118 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer MATERIALS 905-2.1 Topsoil. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches (50 mm) or more in diameter), and clay lumps or similar objects Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed Ordinary sod and herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and intermixed with the soil during handling operations Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5 5 pH to 7 6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion method (chromic acid reduction) There shall be not less than 20% nor more than 80% of the material passing the 200 mesh (0 075 mm) sieve as determined by the wash test in accordance with ASTM C117 Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications 905-2.2 Inspection and tests. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in paragraph 905-2 1 CONSTRUCTION METHODS 905-3.1 General. Areas to be topsoiled shall be shown on the plans If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started 905-3.2 Preparing the ground surface. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 mm) in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and compacted condition to prevent the formation of low places or pockets where water will stand 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-119 Section 6 -Technical Specifications 905-3.3 Obtaining topsoil. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, subject to the approval of the Engineer The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary measurements and tests can be made The Contractor shall remove the topsoil from approved areas and to the depth as directed The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation 905-3.4 Placing topsoil. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 2 inches (50 mm) after compaction, unless otherwise shown on the plans or stated in the special provisions Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer The compacted topsoil surface shall conform to the required lines, grades, and cross-sections Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated Topsoil stockpiled by others and removed for topsoiling by the Contractor shall be measured by the number of cubic yards (cubic meters) of topsoil measured in the stockpile Topsoil shall be measured by volume in cubic yards (cubic meters) computed by the method of end areas 905-4.2 Topsoil obtained off the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated Topsoil shall be measured by volume in cubic yards (meters) computed by the method of end areas BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoiling (obtained on the site) This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item Payment will be made under Item T-905-5 1 Topsoiling (Obtained on Site or Removed from Stockpile - per cubic yard (cubic meter) Item T-905-5.2 Topsoiling (Furnished from Off the Site) - per cubic yard (cubic meter) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-120 ASTM C117 Section 6 -Technical Specifications TESTING MATERIALS Materials Finer than 75 µm (No 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-121 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-122 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM SP -1 MOBILIZATION DESCRIPTION SP -1.1 Mobilization. The mobilization item shall consist of all work, materials, operations and associated incurred costs described in Section 105 Mobilization, of the FAA General Provisions and also include but not be limited to the following a. Work and operations necessary for the movement of personnel, equipment, supplies and incidentals to/from the project site, b. Constructing and maintaining access routes, entrances, and staging area(s) to the project site, including but not limited to placing roadway and site stabilization materials, and fence and gate modifications not covered by technical specification F-160 and F-162, c. If required, for the establishment of offices, buildings and other facilities necessary for work on the project; d. For premiums on bonds and insurance for the project; and for all other work and operations which must be performed or costs incurred before beginning production work on the various contract items, e. Final project site restorations not paid for under items in the Bid Proposal, f. Mobilization cost for subcontracted work shall be considered to be included in the contract unit price bid by the prime CONTRACTOR. BASIS OF MEASUREMENT SP -1.2 Measurement for Mobilization will be on a lump sum basis Measurement on a lump sum basis will be for costs as specified in SP -1 1 in each separate Bid Schedule in the Bid Proposal BASIS OF PAYMENT SP -1.3 Payment for mobilization will be made at the contract unit price per lump sum for mobilization in accordance with Section 105 Mobilization, of the FAA General Provisions Payment will be made under Item SP -1 1 Mobilization — per lump sum (LS) END OF ITEM SP -1 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-123 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-124 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM SP -2 CONSTRUCTION SURVEYING DESCRIPTION SP -2.1 This specification supplements the requirements for providing Construction Surveying to complete the construction as shown in the plans and specifications in accordance with Section 50-06 of the FAA General Provisions SURVEYOR SP -2.2 All construction staking shall be completed under the supervision of a Professional Land Surveyor licensed in the State of Washington as per Section 50-06 of the FAA General Provisions CONSTRUCTION STAKING SP -2.3.1 The CONTRACTOR shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, grade and blue top stakes, building corner locations, vault and junction box locations, duct bank alignments, pavement marking layout drainage structure locations and aircraft tie down anchors to be installed as part of this project. Except for the survey control data to be furnished by the ENGINEER, calculations, surveying, and measuring required for setting and maintaining the necessary staking for lines and grades shall be the CONTRACTOR's responsibility SP -2.3.2 Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used The record shall be adequate to allow the survey to be reproduced A copy of each days record shall be made available at the request of the ENGINEER. SP -2.3.3 The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers SP -2.3.4 The CONTRACTOR shall provide the ENGINEER with copies of any calculations and staking data as per Section 50-06 of the FAA General Provisions SP -2.3.5 The CONTRACTOR shall ensure a surveying accuracy within the following tolerances Slope Stakes Subgrade grade stakes Stationing on Excavation/Embankment Area Alignment on Excavation/Embankment Area Surface Grade Stakes (Blue Tops) for earthwork outside of pavement area Surface Grade Stakes on a 25 -ft grid (Blue Tops) for Taxiways, Apron, and Taxilanes Surface Grade Stakes on a 25 -ft grid (Blue Tops) for Runways and high-speed Taxiways Pavement Markings Stationing on Fence Lines Alignment on Fence Lines Vertical ±0 02 feet 0 high ±0 04 feet low N/A N/A ±0 05 feet ±0 04 feet ±0 02 feet N/A N/A N/A Horizontal ±0 5 feet ±0 5 feet (parallel to alignment) ±0 1 feet (normal to alignment) ±0 1 feet ±0 04 feet ±0 1 feet (parallel to alignment) ±0 1 feet (normal to alignment) ±0 5 feet (parallel to alignment) ±0 1 feet (normal to alignment) ±0.25 feet (parallel to alignment) ±0 1 feet (normal to alignment) ±0 1 feet ±0 04 feet ±0 04 feet The ENGINEER may spot-check the CONTRACTOR's surveying These spot-checks will not change the requirements for normal checking by the CONTRACTOR. SP -2.3.6 When surveying runway and taxiway alignments and stationing, the CONTRACTOR shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances SP -2.3.7 The CONTRACTOR shall calculate coordinates for all alignments The ENGINEER may verify these coordinates prior to issuing notice to proceed to the CONTRACTOR. Should the ENGINEER elect to 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-125 Section 6 -Technical Specifications perform the verification, the process may require up to seven calendar days from the date the data is received SP -2.3.8 Contract work to be performed using CONTRACTOR -provided survey shall not begin until the stakes are approved by the ENGINEER. Such approval shall not relieve the CONTRACTOR of responsibility for the accuracy of the surveys SP -2-3.9 Stakes shall be marked in accordance with the current addition of the WSDOT Survey Manual or other methods as approved by the ENGINEER. When stakes are needed that are not described in the Plans, then those stakes shall be marked as directed by the ENGINEER. SURVEY CONTROL DATA SP -2.4 To facilitate the establishment of project lines and elevations, the ENGINEER has provided the CONTRACTOR with the following survey control data Control Coordinates with associated project Northing and Eastings, Project Benchmark with associated project Northing, Easting, and Elevation METHOD OF MEASUREMENT SP -2.5. Measurement for Construction Surveying will be on a lump sum basis BASIS OF PAYMENT SP -2.6. Payment will be at the lump sum contract price and shall be full compensation for all labor, equipment and materials to necessary for providing surveying/staking to complete the construction as shown in the plans and specifications The lump sum payment for Construction Surveying shall also be full compensation for setting new permanent control points as depicted on the plans Partial payments will be made each month based upon the percentage of work completed as estimated by the ENGINEER Payment will be made under Item SP -2 1 Construction Surveying — per lump sum (LS) END OF ITEM SP -2 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-126 Section 6 -Technical Specifications ITEM SP -3 AIRCRAFT TIE -DOWN ANCHORS DESCRIPTION SP -3-1.1 This item shall consist of constructing new aircraft tie -down anchors in accordance with this Specification at the locations and in accordance with the dimensions and details shown in the plans MATERIALS SP -3-2.1 Aircraft tie -down anchors. Tie -down anchors shall be hot dipped galvanized steel per ASTM A392, Class 1 SP -3-2.2 Concrete. Concrete shall be cast -in-place Portland Cement Concrete, conforming to Commercial 4,000 PSI Structural Portland Cement Concrete CONSTRUCTION METHOD SP -3-3.1 New aircraft tie -down anchors. Holes for new tie -down anchors shall be made using a coring barrel and excavating an 18 -inch round hole to the depth shown on the project plans No augers and square cutting shall be permitted The finished surface of the concrete shall be flush with the surrounding bituminous pavement. The tie -down anchors shall be required to be tied -in-place prior to placement of anchor concrete Stabbing the anchors into wet concrete will not be allowed The top of the anchor shall be installed'/" ±1/8" below the finished surface SP -3-3.3 Joint seal. The joint between the concrete and bituminous pavement shall match the detail shown in the construction plans for a joint between concrete and bituminous pavement. A reservoir meeting the dimensions shown in the construction plans shall be created for hot -applied sealant. The reservoir shall be filled with a hot -applied sealant as specified in Item P-605 "Joint Seals for Concrete Pavements " METHOD OF MEASUREMENT SP -3-4.1 Aircraft Tie -Down Anchors shall be measured as per each set of three anchors Measurement shall include all labor, materials, and equipment necessary to core and excavate anchor holes, tie anchors, place concrete, seal around anchors, and perform necessary finishing work. BASIS OF PAYMENT SP -3-5.1 Payment for new aircraft tie -downs shall be made at the contract unit price for each set of three completed and accepted anchors This price shall be full compensation for furnishing all materials and for all preparation, assembly, installation, labor, equipment, tools, and incidental work necessary to complete the task. Payment will be made under Item SP -3 1 Tie Down Anchors (Set of 3) — per each (EA) END OF ITEM SP -3 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-127 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-128 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM SP -4 SAFETY GENERAL SP -4-1.1 The provision of this safety item and associated procedures are applicable within the boundaries of the Yakima Air Terminal A complete understanding of all procedures and requirements contained herein is required to ensure safety during construction This safety item is a part of this Contract and deviations from the requirements established herein will be sufficient cause for Contract termination Required reference material associated with this safety plan includes FAA AC 150/5200-18C, Airport Safety Self -Inspection FAA AC 150/5210-5D, Painting, Marking and Lighting of Vehicles Used on an Airport FAA AC 150/5370-2G, Operational Safety on Airports during Construction Copies of these documents can be found at www faa gov SP -4-1.2 Responsibilities of the contractor for safety. Prior to the desired date for commencement of any work on the project, the Contractor shall be responsible for the following a. Ensure that all supervisors and construction personnel, including those of any subcontractors, are familiar with safety procedures and regulations on the airport as well as the operational safety requirements defined by the Construction Safety Phasing Plan (CSPP) The Contractor shall provide a point of contact responsible for coordinating an immediate response to correct any construction—related activity that may adversely affect the operational safety of the airport. b. Develop and submit a Safety Plan Compliance Document (SPCD) meeting the requirements of FAA Advisory Circular 150/5370-2F for Owner review and acceptance The SPCD shall include a completed copy of FAA Form 7460-2 for the purpose of conducting an aeronautical study of contractor -specific objects such as tall equipment (i e cranes, concrete pumps, long bed end dumps, etc ), as well as stockpiles and/or haul routes that differ from those allowed in the CSPP Throughout the duration of the project, the Contractor shall be responsible for the following a. Have available at all times copies of the most recent, approved CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors' and contractor's employees b. Conduct inspections sufficiently frequent to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards c. Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD d. Ensure that no contractor employees, employees of subcontractors or suppliers, other persons, or animals (domesticated or wildlife) enter any part of the airport operations area (AOA) from the construction site(s) or construction access point(s) unless authorized e. Ensure prompt notice and submittal of any necessary revisions to the SPCD including revised copies of FAA Form 7460-2 to the Owner and Owner's representatives CONSTRUCTION METHODS SP -4-2.1 Construction sequence. The Contractor shall prepare a construction schedule and submit to the Engineer at least one week prior to the Preconstruction Conference This schedule shall be subject to approval by the Engineer and must limit airfield pavement closure periods and any other adverse effects to airport operations SP -4-2.2 Closing airfield pavements. The Contractor shall acquaint his supervisors and employees with the sequence of construction and its relationship to airport activity and aircraft operations that are inherent 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-129 Section 6 -Technical Specifications to this airport. No runway, taxiway, apron or airport roadway shall be closed without the written approval of Owner, to enable necessary NOTAM and/or advisories to tenants and users The Contractor shall notify the Engineer and Owner a minimum of ten (10) working days prior to any requested closing The Contractor is responsible to provide, place, maintain, refuel, and remove as necessary Taxiway closure crosses, low -profile barricades, temporary construction signs, and construction fencing as described and detailed on the plans The Contractor shall arrange for an inspection, prior to return to service, of any facility that has been closed for work on/adjacent thereto, or that has been used for a crossing point or haul route by the Contractor SP -4-2.3 Marking and lighting. Proper marking and lighting of areas on the airfield associated with the construction shall be the responsibility of the Contractor This will include properly marking and lighting or unlighting closed runways, taxiways, taxilanes, and aprons, the limits of construction, material storage areas, equipment storage areas, haul routes, parking areas and other areas defined as required for the Contractor's exclusive use The Contractor shall erect and maintain around the perimeter of these areas suitable marking and warning devices visible for day and night use Temporary barricades, flagging, and flashing warning lights shall be required at critical access points The type and location of marking and warning devices are specified in the CSPP and shall be included in the Contractor provided SPCD The CONTRACTOR shall furnish all suitable marking and warning devices including, but not limited to, temporary barricades, fencing, flagging, and flashing warning lights SP -4-2.4 Traffic control. a. Vehicle operations on airport. Contractor vehicles shall: (1) Be marked/flagged for high daytime visibility and lighted for nighttime operations Vehicles that are not marked per AC 150/5210-5D and/or lighted shall be escorted by a vehicle appropriately marked and/or lighted (2) Be operated in a manner that does not compromise the safety of either landside or airside airport operations If, in the opinion of the Owner, any vehicle is operated in a manner not fully consistent with this requirement, the Owner has the right to restrict operation of the vehicle or prohibit its use on the airport. Driving guides for the Airport are available on the Airport website (https.//flyykm com/driver-training/) b. Access to the site of construction. The Contractor's access to the site shall be as defined in the CSPP and as shown in the Plans No other access points shall be allowed unless approved by the Engineer All Contractor traffic authorized to enter the site shall be experienced in the route or guided by Contractor personnel The Contractor shall be responsible for traffic control to and from the various construction areas on the site and shall restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD Contractor shall also take appropriate measures to ensure that no contractor employees, employees of subcontractors or suppliers, other persons, or animals (domesticated or wildlife) enter any part of the airport operations area (AOA) from the construction site(s) or construction access point(s) unless authorized The Contractor is responsible for the immediate cleanup of any debris deposited along the access route as a result of his construction traffic c. Material suppliers. All material suppliers, subcontractors and visitors to the work site are obligated to follow the same safety and security operating procedures as the Contractor All material suppliers shall make their deliveries using the same access points and routes as the Contractor and shall be advised of the appropriate delivery procedures at the time the materials order is placed SP -4-2.5 General safety requirements. a. Vehicle requirements. All Contractor vehicles that are authorized to operate on the airport outside of the designated construction area limits or haul routes as defined herein shall display in full view above 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-130 Section 6 -Technical Specifications the vehicle a flashing amber (yellow) dome -type light and/or a three-foot, or larger, orange and white checkerboard flag, each checkerboard color being one -foot square Supervisor vehicles must be under control of a Contractor provided mobile (two-way) radio continuously monitoring the proper Airport frequency Vehicle operators must be vigilant in minimizing conflict with any aircraft and yielding immediately to any operating aircraft. Construction vehicles not in use for extended periods during the work day, or during nights and weekends (non -work periods) shall be parked in designated vehicle staging areas b. Construction control. A primary responsible Contractor's representative shall be designated by the Contractor The Contractor's representatives shall be available locally on a 24-hour basis Name of the primary contact, including phone number, shall be made available to the Engineer by the Contractor within the SPCD The Contractor shall ensure that the names and phone numbers are kept current and made available to the Engineer c. Low profile construction fence. Where shown in the Phasing Safety Plans, the CONTRACTOR shall erect and maintain a low profile orange construction fence The fencing shall be a mesh style made of high density UV -stabilized polymer, 18 inches in height as measured from ground level and extending a minimum of 6 inches into the ground Support for fencing shall be 2 inch by 2 in by 3 -feet wood posts A tension wire will be between posts for attachment to the top of the fence Maximum sag of the fence between posts shall not be greater than 1 inch The CONTRACTOR shall remove the safety fence at the conclusion of the corresponding phase the fence was installed for as approved by the ENGINEER. d. Low profile construction aviation barricades. Low profile aviation barricades and lights will be furnished by the CONTRACTOR. Barricades will be placed at locations as shown on the plans and as directed by the ENGINEER. The CONTRACTOR will be required to water -fill the barricades (if applicable) and perform daily maintenance monitoring of the barricades and assuring that the associated flashing lights are functioning The barricades shall be of interlocking and water ballast type, a minimum of 8 -feet long and be 10 inches high by 10 inches in width and come equipped with a red, solar powered flashing light and a 20" X 20", wood post mounted, orange colored, safety flag Both sides of the barricade shall have alternating orange and white reflective, high intensity striping The flashing light shall conform to FAA standards for luminescence The CONTRACTOR shall maintain the barricades through the duration of the project and replace light, batteries, and flags as required Low profile barricades damaged due to CONTRACTOR negligence shall be replaced at no cost to the OWNER. e. Temporary construction signs. Temporary construction signs shall be furnished by the CONTRACTOR. Signs shall be 12" black lettering on an orange backround and shall meet the requirements of FAA Engineering Brief #93 Signs shall be mounted with aluminum windbeams and u - bolts to a minimum of 3 rigid conduits or other sign support material approved by engineer Posts shall be buried to a minimum depth of 30" and placed at locations shown in plans f. Lighted visual aids. N/A. g. General project site clean up. Due to the project's proximity to active aircraft operation areas, it is imperative the CONTRACTOR maintain a clean work area, free of possible windblown man-made construction debris including material packaging, wrappers, paper and other potentially hazardous windblown materials The CONTRACTOR shall maintain and have serviced a minimum of a 5 cubic yard dumpster to be located at each landside staging area during construction If, in the opinion of the OWNER or its representative, the work areas are not free of potentially hazardous windblown debris, work may be suspended until such time as the debris has been collected and properly disposed of SP -4-2.6 Trench safety The CONTRACTOR shall provide all labor, equipment, materials and all other incidentals necessary to meet the requirements of 29 CFR Part 1926, Subpart P and any applicable State Laws and the Washington Industrial Safety and Health Act, Chapter 49 17 RCW, including all requirements for trench, structure, and related excavation shoring and safety systems 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-131 Section 6 -Technical Specifications METHOD OF MEASUREMENT SP -4-3.1 Measurement for item SP -4 1 Construction Safety shall be per lump sum for all labor, materials, training time, fees, etc associated with and/or provided for implementation of Construction Safety measures SP -4-3.2 Measurement for item SP -4.2 Contractor Provided SPCD shall be per lump sum for all labor, research, etc provided for the creation, submittal, administration and documentation related to a Safety Plan Compliance Document. This item will only be measured once for work on all schedules SP -4-3.3 Measurement for item SP -4 3 Trench Safety shall be per lump sum for all labor, training time, fees, etc , as well as all materials related to trench excavation shoring and safety systems Excavation and backfill quantities associated with trench earthwork will not be measured as part of this item SP -4.3.4 Measurement for providing taxiway traffic control flagger shall be incidental and not measured separately for all labor, training time, fees, etc associated with and/or provided for implementation of traffic control flagging at haul route crossings of live taxiways BASIS OF PAYMENT SP -4-4.1 Payment shall be made for airport safety measures for personnel or materials related to these specification items and incidentally required to satisfy the specified objective(s) under SP -4, Safety This compensation shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the items Payment shall be made under Item SP -4 1 Construction Safety — per lump sum (LS) Item SP -4.2 Contractor Provided SPCD — per lump sum (LS) Item SP -4 3 Trench Safety — per lump sum (LS) END OF ITEM SP -4 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-132 Section 6 -Technical Specifications ITEM SP -5 AIRPORT SECURITY AND PROJECT SITE ACCESS DESCRIPTION SP -5.1 It is the intent of the OWNER to conditionally allow the CONTRACTOR to have security gate(s) remain open during working hours This specification defines the requirements for providing and maintaining security at all points of entrance to the Airport, required security training for project personnel and constructing temporary and permanent access gates and fencing SECURITY SP -5.2.1 Gate security. a. Personnel providing security at gates shall be licensed as Private Security Guards by the State of Washington The CONTRACTOR shall provide evidence of licensing for all security personnel and their associated Security Guard Company b. Security personnel stationed at gates shall have a reliable means for communicating with the CONTRACTOR's on-site superintendent and airport personnel at all times c. A security guard shall be posted at all times when the OWNER -provided access gate is open to allow passage of CONTRACTOR and subcontractor vehicles and equipment. AIRPORT ACCESS AND SECURITY SP -5-3.1 Access to the project will be allowed through security gate(s) designated by the ENGINEER as shown on the general safety plan sheet(s) in the project plan set. The security gate(s) locking mechanisms consist of electronically controlled and actuated by keypads SP -5.3.2 The CONTRACTOR will be allowed to have pre -determined gate(s) remain open during working hours, provided a security guard is stationed at the gate SP -5-3.3 The CONTRACTOR shall provide the names of all employees (including those employed by subcontractors and suppliers) requiring access to the project site This site access list will be provided to the gate security person for their use in verification of names prior to allowing access to the project site Under no circumstance shall a person be admitted to the project site without their name on the CONTRACTOR provided list. The CONTRACTOR shall maintain and update the site access list as required and provided updated copies to the ENGINEER upon revision The OWNER and ENGINEER will also provide names of their staff members and associates for inclusion on the list for project access SP -5-3.4 The CONTRACTOR shall provide the specified security signage and maintain any applicable security signage that currently exists at each entrance gate to the project site Temporary security signage shall be removed at the conclusion of the project and become the property of the CONTRACTOR. SP -5-3.5 The CONTRACTOR shall have on the project site at all times a minimum of one supervisor personnel that has been issued security clearance from the Airport and shall be required to carry a security identification badge all times while working on the project site The security clearance and badging process requires two (2) separate visits to the Airport's security office, each lasting approximately 90 minutes Background checks will be performed by Airport security followed by security training for those CONTRACTOR personnel who have passed the back ground check. Security identification badges will be issued after the training session A $50 fee will be required for each badge All security badges shall be returned at the completion of the project. A penalty of $250 will be deducted from the CONTRACTOR's final payment for any badges lost or not returned CONTRACTORS are being made aware that a person applying for security clearance that fails the background check will not be allowed to enter any airport secured areas to perform work for the duration of the project. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-133 Section 6 -Technical Specifications METHOD OF MEASUREMENT SP -5-4.1 Airport Gate Access Security will be measured on a lump sum basis SP -5-4.2 A separate measurement for payment will not be made for CONTRACTOR personnel to acquire security identification badges Measurement for acquiring security identification badges will be incidental to bid item "Airport Gate Access Security " BASIS OF PAYMENT SP -5-5.1 Payment for Airport Gate Access Security will be at the lump sum contract price and shall be full compensation for all labor, equipment and materials required to provide gate security for the duration of the project. Payment shall be for all labor, equipment and materials required to provide and maintain security at points of access to the airport in accordance with these specifications and plans Payment will be compensation for preparing and maintaining a site access name list; construct, maintain and remove temporary gates, construct permanent gates and fencing, restore fencing, and construct access and approaches to gates Partial payments will be made based upon the percentage of total work completed as estimated by the ENGINEER. Payment will be made under Item SP -5 1 Airport Gate Access Security — per lump sum (LS) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 END OF SECTION SP -5 Page 6-134 Section 6 -Technical Specifications ITEM SP -6 GEOTEXTILE SEPARATION FABRIC DESCRIPTION SP -6-1.1 This Section includes specifications for placing an engineered separation fabric at the locations and to the dimensions shown on the Plans and as directed by the Engineer The separation fabric shall be placed on subgrade or between sub base and base layers The pavement section will then be built on top of the geotextile separation fabric. SP -6-1.2 Submittal data. The Contractor shall submit to the Engineer a minimum of 1 square yard sample of the engineered fabric proposed for use The submittal shall be accompanied by manufacturers written warranty against defects in materials and workmanship, and a written affidavit as to the physical properties of the fabric. Test results shall be from an independent testing laboratory in accordance with referenced testing procedures SP -6-1.3 Information to be provided The Contractor shall provide all information regarding fabric properties, certifications, and proper handling and installation Include the following information in the certification for each geotextile to be used a. Manufacturer's name and current address b. Full product name c. Geotextile roll number d. Proposed geotextile use(s) e. Certified test results MATERIALS SP -6-2.1 Geotextile separation fabric. The geotextile separation fabric shall be composed of single or multiple layers of woven high -tenacity polypropylene yarns/fibers formed into a fabric of the woven type to maximize strength, water flow, soil interaction and soil retention The yarns shall be from high -tenacity long - chain synthetic polymers The fabric shall meet or exceed the properties in the following table The fabric shall be resistant to rotting, mildew, insects, chemicals and ultraviolet (UV) light and be free of defects or tears The fabric shall be free of any treatment or coating which might significantly alter its physical properties after installation The fabric shall at a minimum meet the requirements as stated below During all periods of shipment and storage, the cloth shall be wrapped in a heavy-duty protective covering to protect the cloth from sunlight, mud, dust, dirt, and debris The fabric will be elevated off of the ground to protect it from getting wet during storage and transportation Do not allow vehicles to park on the cloth for extended periods of time Table A — Geotextile Separation Fabric Minimum Nominal Properties Property ASTM Test Method Units Type I Tensile Modulus @ 5% Strain (CD) D 4595 lbs/ft 1,500 lbs/ft min Grab Tensile Strength, Ib D 4632 lbs 425 lbs min Trapezoidal Tear Strength D 4533 lbs 145 lbs min CBR Puncture Strength D 6241 lbs 1,340 lbs min Flow Rate D 4491 Gal/min/sqft. 70 gal/min Permittivity D 4491 sect 0 90 sect min Apparent Opening Size (AOS) D 4751 U S Sieve 40 max. UV Resistance (at 500 hours) D 4355 % Strength Retained 80% min 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-135 Section 6 -Technical Specifications CONSTRUCTION METHODS SP -6-3.1 Ordering, delivery, and storage. Materials shall be delivered in original, unopened packaging, which protects the materials from abrasions and ultraviolet exposure Packaging shall be clearly labeled and shall warn against exposing fabric to ultraviolet radiation, moisture and mechanical injury Materials shall be stored off the ground in weather -protected enclosures Before placing an order for the material, the Contractor shall inform the Engineer of the proposed quantity to be ordered and the required time for delivery Based on current site conditions and information, the Engineer may approve the ordering of that quantity or a different quantity SP -6-3.2 Geotextile separation fabric installation. Remove all standing water, oil, and foreign materials from the surface Fabric shall be installed at the locations shown on the drawings or as directed by the Engineer The fabric shall be uniformly laid on the surface in the direction of construction traffic Spread fabric to eliminate wrinkles and uneven areas Any wrinkle that occurs during installation, 1" or larger, shall be corrected per the manufacturers recommendation All tears in the fabric shall be patched by placing an additional section of fabric over the tear with a 3 -foot overlap on all sides Likewise, all fabric joints shall be made by overlapping adjacent sheets with a minimum 2 -foot overlap Factory "sewn seams" will be allowed in lieu of 2 -foot overlap if Contractor can demonstrate through certified testing laboratories that the sewn seams are equal to or superior to a 2 -foot overlap in all respects Prior to placing fill/import material, the geotextile shall be inspected by the Engineer for damage or other installation defects Damaged geotextile shall be repaired immediately Fill/import material should be placed directly over the fabric in loose lifts to the thickness required to stabilize the subgrade Sudden braking and turning of construction equipment and other vehicles shall be prohibited Gradual braking and minimal turning of construction equipment shall take place to avoid damage to the separation fabric Tracked vehicles/equipment shall not be permitted directly on top of the fabric to prevent tracks from displacing the fill and damaging the geotextile METHOD OF MEASUREMENT SP -6-4.1 Fabric installed will be measured for payment based upon the number of square yards installed in plan view and accepted by the Engineer There will be no payment for areas of overlap BASIS OF PAYMENT SP -6-5.1 Payment will be made for the fabric at the contract unit price Payment shall be full compensation for all materials, tools and labor required to complete this item of work. Payment will be made under Item SP -6-5 1 Geotextile Separation Fabric — per square yard (SY) TESTING REQUIREMENTS AASHTO T88 Particle Size Analysis of Soils AASHTO T90 Determining the Plastic Limit and Plasticity Index of Soils AASHTO T99 The Moisture -Density Relations of Soils Using a 5 51b (2 5 kg) Rammer and a 12in (305 mm) Drop ASTM D 4355 ASTM D 4491 Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus Standard Test Methods for Water Permeability of Geotextiles by Permittivity 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-136 Section 6 -Technical Specifications ASTM D 4595 Standard Test Method for Tensile Properties of Geotextiles by the Wide -Width Strip Method ASTM D 4751 Standard Test Method for Determining Apparent Opening Size of a Geotextile ASTM D 5321 Standard Test Method for Determining the Shear Strength of Soil-Geosynthetic and Geosynthetic-Geosynthetic Interfaces by Direct Shear ASTM D 276 Standard Test Methods for Identification of Fibers in Textiles ASTM D 5261 Standard Test Method for Measuring Mass per Unit Area of Geotextiles ASTM D123 Standard Terminology Relating to Textiles ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D4354 Practice for Sampling of Geosynthetics for Testing ASTM D4439 Terminology for Geotextiles ASTM D4759 Practice for Determining the Specification Conformance of Geosynthetics ASTM D4884 Standard Test Method for Strength of Sewn or Thermally Bonded Seams of Geotextiles ASTM D4873 Guide for Identification, Storage, and Handling of Geotextiles ASTM D5321 Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method ASTM D6241 Standard Test Method for the Static Puncture Strength of Geotextiles and Geotextile-Related Products Using a 50 -mm Probel ASTM D6706 Standard Test Method for Measuring Geosynthetic Pullout Resistance in Soil1 ASTM D6767 Standard Test Method for Pore Size Characteristics of Geotextiles by Capillary Flow Test 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 END OF ITEM SP -6 Page 6-137 This page intentionally left blank 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-138 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM SP -7 DEMOLITION DESCRIPTION SP -7-1.1 The Contractor shall furnish all labor, materials, equipment, facilities, transportation and services to complete all site demolition work plus all related activities as shown on the Plans and/or as specified herein Scope of Work. The work shall be accomplished in accordance with these specifications and the applicable drawings The general extent of the site demolition work is shown on the Plans and includes, but is not limited to the following a. Mill and stockpile the existing asphalt pavement. This item shall include hauling the millings to an onsite location as determined by the Owner/Engineer b. Place asphalt millings This item shall include placing the millings as shown on the plans c. Sawcutting and demolition, including fill and compaction per P-152 in the designated areas d. Demolition, removal, disposal, backfill, including P-153 CLSM, and compaction (per P-152) of existing aircraft tie -down anchors and grounding rods e. Preparation of joints f. Removal or abandonment, disposal, backfill, including P-153 CLSM, and compaction (per P-152) of manholes and vault structures g. Salvage h. Dig and Verify SUBMITTALS SP -7-2.1 The Contractor shall indicate the proposed time line for demolition work including all required shut off times and capping of utility services on the project schedule CONSTRUCTION SP -7-3.1 a. The Contractor shall be responsible for obtaining and paying all fees associated with the necessary permits for this work. Fees for disposal of debris shall also be paid for by the Contractor b. Dust Control The Contractor shall, at all times, prevent the formation of airborne dust on and around the project site with the use of sprinkled water or other means acceptable to the Engineer c. Utility Services: (1) Issue written notices of planned demolition operations or anticipated service disruptions to utility companies and coordinate demolition as directed by said utility companies (2) Coordinate work in order to maintain utilities to any applicable temporary on-site facilities Contractor will work to minimize utility service impacts throughout the project. d. Protection: (1) Notify the ONE CALL underground utility locate service, 1-800-642-2444, and local utility companies to verify locations of existing utilities a minimum of 48 hours prior to beginning work. (2) The Contractor shall make provisions and take necessary precautions to protect all existing items not designated for removal Any existing item or area damaged during construction operations shall be replaced or repaired to an equal or better condition at no additional cost to the project and subject to the acceptance of the Owner 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-139 (3) Section 6 -Technical Specifications Erect barriers, fences, guard rails, enclosures, chutes, and shoring as necessary to protect personnel, structures, and utilities remaining intact. (4) Provide warning signs and lighting as necessary for vehicular, aircraft and personnel protection Maintain warning signs during construction as required by applicable safety ordinances See SP -2 Construction Safety (5) Coordinate arrangements for designated items to be salvaged and turned over to the Owner Do not close or obstruct Taxiways or Runways without acceptance from the Owner (6) Provide approved alternate routes around closed or obstructed Taxiways as required by the Owner e. Demolition. (1) General i Refer to the Plan set for extent of demolition work. (2) Filling i Completely fill and compact below -grade areas and voids resulting from demolition work. Fill material includes native soil, P-153, P-209 or P-401 as shown on the plans (3) Other The Contractor shall remove any and all footings and foundations associated with structures to be demolished All materials associated with the footings or foundations shall be removed and hauled offsite for disposal If a footing or foundation is found to have a depth greater than 3 feet, the Contractor will remove to this depth and cover per P-152 (4) Utilities i The locations of existing utilities, as may be shown on the Plans, are approximate Should existing utilities not shown on the Plans be encountered during construction operations, notify the Engineer immediately, and re -direct work to avoid delay ii Remove and salvage designated items and related equipment and deliver to a location acceptable to the Owner (5) Salvage i Materials and equipment to be demolished shall become the property of the Contractor except for items specified to be salvaged for the Owner ii Carefully remove items to be salvaged to avoid damage iii Electrical cable/wire removed during the project shall become property of the Owner iv In the event that items not scheduled to be demolished are damaged, promptly replace or repair such items to an equal or better condition at the discretion of the Owner at no additional cost. (6) Asphalt Pavement Removal (Milling) i Use a power operated milling machine or grinder, capable of pulverizing the pavement. The maximum gradation shall be 100 percent by weight passing the 3 inch sieve The milling machine or grinder shall operate without tearing or gouging the underlaying surface Pavement cores indicate the asphalt thickness varies from 13-14 inches and is underlain by aggregate base ii Millings shall be stockpiled (7) Concrete Pavement Removal i The existing concrete pavement to be removed shall be freed from the pavement to remain by sawing through the complete depth of the slab one foot (30 cm) inside the perimeter of the final removal limits when the limits of removal are located on the joints The pavement between the perimeter of the pavement removal and the saw cut shall be carefully broken up and removed using hand-held jackhammers, weighing 30 pounds or less, or other light- duty equipment which will not cause distress in the pavement which is to remain in place 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-140 Section 6 -Technical Specifications Where the perimeter of the removal limits is not located on the joint and there are no dowels present, then the perimeter shall be saw cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods suitable to the Engineer which will not cause distress in the pavement which is to remain in place The Contractor's removal operation shall not cause damage to cables, utility ducts, pipelines, drainage structures, etc under the pavement. Concrete slabs that are damaged by under breaking shall be removed Any damage shall be repaired at the Contractor's expense ii Removed concrete pavement from the project will be disposed at an off-site location in accordance with all local, state, and federal requirements, or reused/recycled (8) Removal of Paint and Rubber i All paint and rubber over 1 foot (30 cm) wide designated for removal on the plans, shall be removed from the surface of the existing pavement. Chemicals, high-pressure water, heater scarifier (asphaltic concrete only), cold milling, or sandblasting may be used Any methods used shall not cause major damage to the pavement. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 inch (3 mm) deep If chemicals are used, they shall comply with the state's environmental protection regulations No material shall be deposited on the runway shoulders All wastes shall be disposed of offsite at approved waste disposal site (9) Cleaning i Remove and transport debris/rubbish and demolition materials as they accumulate and dispose of via recognized haul routes in a manner that will prevent spillage on streets or adjacent areas (10) Dig and Verify i Dig and verify where specifically shown on the plans or as directed by the Engineer A Dig and verify shall occur prior to all Contractor activities that may be impacted or be affected by the findings of the verification The Contractor shall backfill and compact material at the location where the dig and verifying was conducted and report the findings to the Engineer MEASUREMENT AND PAYMENT SP -7-4.1 Measurement and payment. a. Asphalt pavement removal. The unit of measurement for asphalt pavement removal shall be the number of square yards removed by the Contractor Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. b. Selective paint removal. The unit of measurement for paint removal shall be the square foot. c. Dig and verify. The unit of measurement for dig and verify shall be on a per each basis Dig and verify at locations shown on the plans or as directed by the Engineer d. Removal of obstructions and Structures. Complete removal of objects not already defined in this section Item to include but not be limited to the removal (off site) of existing drywells, catch basins, miscellaneous structures, cement concrete pavement, etc This item will not be measured but paid by the lump sum. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-141 Payment will be made under SP -7-4 1 SP -7-4.2 SP -7-4 3 SP -7-4 4 SP -7-4 5 SP -7-4 6 SP -7-4 7 SP -7-4 8 Section 6 -Technical Specifications Asphalt Pavement Removal (%-inch Depth Milling) & Stockpile — per square yard (SY) Asphalt Pavement Removal (Full Depth Milling) & Stockpile — per square yard (SY) Asphalt Pavement Removal (Transition Milling) & Stockpile — per square yard (SY) Selective Paint Removal — per square foot (SF) Removal of Structures and Obstructions — per lump sum (LS) Dig and Verify — per each (EA) Place Asphalt Millings — per square yard (SY) Concrete Pavement Removal (Full Depth) & Offsite Disposal — per square yard (SY) 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 END OF ITEM SP -7 Page 6-142 This page intentionally left blank. 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-143 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM SP -8 ASPHALT OVERLAY FABRIC DESCRIPTION SP -8-1.1 This Section includes specifications for placing the composite paving grid at the locations and to the dimensions shown on the Plans and as directed by the Engineer The composite paving grid shall be placed on existing pavement to be overlaid with hot mix asphalt concrete SP -8-1.2 Submittal data. The Contractor shall submit to the Engineer a minimum of 1 square yard sample of the engineered fiberglass mat proposed for use The submittal shall be accompanied by manufacturers written warranty against defects in materials and workmanship, and a written affidavit as to the physical properties of the mat. Test results shall be from an independent testing laboratory in accordance with referenced testing procedures SP -8-1.3 Information to be provided. The Contractor shall provide all information regarding mat properties, proper handling and installation of each material MATERIALS SP -8-2.1 Asphalt overlay fabric. The asphalt overlay fabric shall be an engineered multi -axial composite paving grid interlayer constructed of uncoated, multi -directional, continuous strand, high strength fiberglass fibers, bound to a carrier that when properly saturated with hot asphalt binder forms a moisture barrier and provides multi -directional tensile conforming to the test methods and physical properties listed in the table below The fabric shall be resistant to rotting, mildew, insects, chemicals and ultraviolet (UV) light. The fabric shall be free of any treatment or coating which might significantly alter its physical properties after installation During all periods of shipment and storage, the cloth shall be wrapped in a heavy-duty protective covering to protect the cloth from sunlight, mud, dust, dirt, and debris The fabric will be protected from getting wet during storage and transportation Do not allow vehicles to park on the cloth for extended periods of time Table A —Multi -Axial Composite Paving Grid Nominal Properties Property ASTM Test Method Units Avg. Roll Value Tensile Strength @ 0° Tensile Strength @ 90° 'Tensile Strength @ 45° 'Tensile Strength @ -45° D6637 Method A modified' lbs/in (kN/m) 459(80) Elongation at Max Load % < 3 0 Melting Point (glass) D276 °F (°C) 752° (400°) Asphalt Retention D6140 gal/yd2 (liters/ m2) 17 (0 8) Mass per Unit Area D5261 oz/yd2 (g/m2) 16 (452) Glass by Weight % 85 11n paving applications, bias angle tensile strength can be a factor in mitigating multi -directional crack propagation Tested according to ASTM D6637 to determine Tensile Strength values of the continuous strand fiberglass filaments CONSTRUCTION METHODS SP -8-3.1 Ordering, delivery, and storage. Materials shall be delivered in original, unopened packaging, which protects the materials from abrasions and ultraviolet exposure Packaging shall be clearly labeled with 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-144 Section 6 -Technical Specifications a durable label indicating manufacturer, product name or style number, roll and lot number, and roll dimensions The labels shall warn against exposing fabric to ultraviolet radiation, moisture and mechanical injury The paving interlayer shall be stored in a dry covered condition, free from dust, dirt, off the ground, flat to prevent bowing, protected from precipitation, ultraviolet radiation, strong chemicals, sparks and flames, temperatures in excess 71 °C (160 °F) and other environmental condition that could cause damage Before placing an order for the material, the Contractor shall inform the Engineer of the proposed quantity to be ordered and the required time for delivery Based on current site conditions and information, the Engineer may approve the ordering of that quantity or a different quantity SP -8-3.2 Surface preparation. a. All areas of base failure shall be remove and replaced to acceptable industry standards for the specific traffic loads and condition of the project. b. In an overlay or milled surface application repair all failed pavement areas prior to installation of the paving interlayer Fill all cracks'/" or greater with approved material c. Immediately prior to placement of paving interlayer, the pavement surface shall be dry, cleaned of anything that would interfere with adhesion, for E g , vegetation, dirt, gravel or water d. A leveling or "scratch" course is recommended when road surface is not acceptable and shall be of proper gradation and sufficient thickness to achieve a smooth, level surface with no gaps greater than '/" depth and width or be acceptable to the project engineer e. In all cases the surface must be clean and dry and the application rate of the Hot PG grade asphalt binder shall be increased to insure complete interlayer saturation and bonding SP -8-3.3 Asphalt overlay installation. a. Apply the paving interlayer grid in a hot PG graded asphalt binder Asphalt Emulsion is NOT acceptable for placing paving interlayer due to time delay for it to break and the difficulty in insuring quality as installed b. Asphalt Binder (1) A hot asphalt binder shall be applied to saturate the paving interlayer (min to be the asphalt retention rate) plus amount needed to bond to existing surface and the new overlay The asphalt binder to be used shall be PG 58 -XX or higher Sustained ambient temperatures (above 90°) may require a stiffer binder gradation like PG70 -XX or higher to improve set time and reduce risk of grid pick-up under construction traffic (2) The hot asphalt binder shall be applied at a rate of 0 18 to 0.20 gal./SY on a new HMA leveling surface On an old smooth surface or a clean fine milled surface apply hot asphalt binder at a rate of 0 19 and 0.21 gal./SY or as recommended by the paving interlayer manufacturer or as directed by the Engineer (3) The hot asphalt binder shall be applied by a distributor truck in a smooth uniform manner at as low a temperature as is possible to achieve the right application rate, depending on ambient and road surface temperatures and type of PG asphalt binder used Target 177 °C (350 °F) or below in most cases Spray application shall extend four (4) inches wider than width of paving interlayer on lap side c. The paving interlayer shall be installed with equipment in good working order that is capable of installing the grid without wrinkles or manually as needed and recommended by manufacturer 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-145 Section 6 -Technical Specifications (1) If manual lay -down methods are used, the composite paving grid shall be unrolled, aligned, and placed in increments of approximately thirty (30) feet or as project engineer suggest. (2) The material shall be placed flat and wrinkle -free The paving interlayer installation may require hand brooming as necessary to eliminate ripples that may occur during installation Burning or torching of the cloth to remove wrinkles shall not be allowed (3) To ease installations around curves, the paving grid can be placed in shortened lengths by mechanical equipment or by hand (4) Paving interlayer shall be lapped two (2) to four (4) inches longitudinally and two (2) to four (4) inches transversely Transverse laps shall be in the direction of the asphalt concrete overlay placement insuring hot asphalt binder is placed under the overlap (5) Brooming of paving interlayer is required to insure adequate adhesion into the hot asphalt binder If the interlayer wrinkles more than 1" height during installation, the wrinkle shall be cut and lapped in the direction of paving (6) Paving interlayer to be installed with the glass grid facing down to existing surface (7) Turning of construction equipment and other vehicles shall be gradual and kept to a minimum to avoid damage to the paving interlayer If excessive heat, overspray, or turning cannot be eliminated then spreading small quantities of HMA or clean blotting sand onto the interlayer may be required in the affected area Excess blotting sand shall be removed before installing HMAC over the interlayer (8) After installing the paving interlayer, the pavement may be opened to traffic at the contractors/engineers discretion Caution Parking on the installed paving grid prior to final overlay for extended periods could cause damage to the grid (9) Paving interlayer should never be installed when it or the pavement surface is wet. (10) Minimum HMAC overlay thickness recommended is 2", but in no case less than 1 5" thick and should be in accordance with the Asphalt Institute (Al) guidelines (See "Other Industry Resources" below) SP -8 -3.4 Workmanship and quality control. a. Paving Interlayer Installation Quality Control. (1) On a daily basis, contractor shall certify that interlayer was installed per plans and specifications and confirm, by weight tickets and measuring asphalt used, that the hot asphalt binder usage equates to the specified amount for proper interlayer saturation and bonding (2) Hot asphalt binder application rate shall not be reduced without Project Eng approval (3) Certification of compliance from the binder supplier shall be provided for each load of hot asphalt binder delivered to the jobsite, showing the type and quality of material delivered (4) Installing contractor shall provide satisfactory confirmation to the project engineer showing the total quantity of asphalt binder was installed, at the proper application rate as published by the manufacturer on the entire project. METHOD OF MEASUREMENT SP -8 -4.1 Fabric installed will be measured for payment based upon the number of square yards installed in plan view and accepted by the Engineer There will be no payment for areas of overlap 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-146 Section 6 -Technical Specifications BASIS OF PAYMENT SP -8 -5.1 Payment will be made for the fabric at the contract unit price Payment shall be full compensation for all materials, tools, labor, equipment and incidentals required to complete this item of work. Payment will be made under Item SP -8-5 1 Asphalt Overlay Fabric — per square yard (SY) TESTING REQUIREMENTS ASTM D 5035 ASTM D 6140 ASTM D 276 Standard Test Method for Breaking Force and Elongation of Textile Fabrics (Strip Method) Standard Test Method to Determine Asphalt Retention of Paving Fabrics Used in Asphalt Paving for Full -Width Applications Standard Test Methods for Identification of Fibers in Textiles ASTM D 5261 Standard Test Method for Measuring Mass per Unit Area of Geotextiles 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 END OF SECTION SP -8 Page 6-147 This page intentionally left blank 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-148 Section 6 -Technical Specifications Section 6 -Technical Specifications ITEM SP -9 CRACK SEALING DESCRIPTION SP -9-1.1 The work covered in this section consists of cleaning and filling cracks in existing asphalt concrete pavement surfaces with a hot applied petroleum-based crack seal treatment. The work shall be performed and paid for in accordance with the following specifications EQUIPMENT SP -9-2.1 The equipment to mix and apply sealants shall meet the requirement as recommended by the product manufacturer The equipment shall not cause damage to the pavement to remain in place CONSTRUCTION METHODS SP -9-3.1 All cracks shall be cleaned of all loose material, vegetation, dirt, grease, and other objectionable matter by means of a hot air lance and shall be free of oil and water Cracks shall be cleaned immediately prior to the sealing operation A WSDOT-approved granular soil residual herbicide (sterilant) shall be applied to all cracks just prior to sealing. The various filler products shall be applied in accordance with the manufacturer's recommendations These recommendations shall be furnished to the Engineer by the Contractor prior to the start of work and shall include recommended heating time and temperature, allowable storage time, temperature range, filling, and application procedures a. Crack Sealing All cracks are to be sealed as a part of this project. The sealer material shall be applied at a temperature of 380° F or as recommended by the manufacturer The sealant shall not be applied when either atmospheric or pavement temperature is 45° F and falling, however, it may be applied when either the atmospheric or pavement temperature is 40° F and rising When filling joints and cracks, the material shall be placed to the top of the joint or crack. All filled joints shall be cleaned of excess asphalt rubber by tracing the filled joint with a "V" shaped squeegee immediately after filling the joint. Joints and cracks that settle shall be refilled to the top of the joint or crack. Material shall be allowed to cure prior to opening to traffic b. Preparation of Cracks Widen cracks as specified with a router by removing a minimum of 1/16 inch from each side of crack. Immediately before sealing, joints will be blown out with a hot air lance combined with oil and water -free compressed air Routing will be limited to those cracks specified by the Engineer PROTECTION AND CLEANUP SP -9-4.1 Cleanup shall be continuous throughout the crack cleaning, filling and sealing operations Waste materials shall be removed from the pavement surface and adjacent areas by sweeping and/or vacuuming All waste materials shall be disposed of legally off-site in accordance with local, state and federal requirements as an incidental expense to this item MEASUREMENT AND PAYMENT SP -9-5.1 Measurement of crack sealing shall be by linear foot of crack or joint from point to point. Payment shall be by the unit contract price for crack sealing and shall be full compensation for furnishing all materials, preparing and cleaning cracks, surface preparation, application of sterilent herbicide, cleanup, and 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-149 Section 6 -Technical Specifications all labor, equipment, materials, and all other incidentals required to perform the work in accordance with the Plans and Specifications or as directed by the Engineer Payment will be made under Item SP -9-5 1 Crack Sealing, 1 5 -inch plus using mastic material — per linear foot (LF) END OF SECTION SP -9 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-150 Section 6 -Technical Specifications ITEM SP -10 BASIC ELECTRICAL MATERIALS AND METHODS GENERAL SP -10-1.1 The work under this Division includes electrical systems of lighting, power, and miscellaneous work items The work shall include but not be limited to the installation of new equipment and modifying some existing circuits a. Materials. All materials, devices, appliances and equipment shall be listed by "Underwriters Laboratories, Inc (UL)" b. Manufacturer and type. Manufacturers' names and types provided on the Contract Drawings or within the Specifications are for indication of the type of items that generally satisfy the installation requirements (basis of design) and should not be construed as sole -source procurement requirements Alternative products having the same or better features will be acceptable without a substation request. c. Permits and fees: Contractor shall obtain and pay for all licenses, permits and inspections required by laws, ordinances and rules governing work specified herein PRODUCTS SP -10-2.1 Material. Materials shall be new, free of defects and of current manufacture Existing materials shall not be reused unless otherwise noted SP -10-2.2 Wiring materials. Contractor shall provide all wire and cable as indicated and required for complete, operating systems a. Wire, single conductor b. Conductors shall be soft drawn copper for all sizes c. Unless otherwise noted, 600 -volt wire insulation shall be Type THWN or XHHW for all locations SP -10-2.3 Splices and connections. Splice connectors in pole bases shall be UL 486D waterproof rated SP -10-2.4 Luminaires and amenities: Luminaires shall be the type shown on the plans or approved equal Luminaires submitted as equal shall have lumen output equal or greater than design basis product, and matching distribution type Power demand of alternative fixtures shall be no more than 15% greater than basis of design fixture Alternative luminaire products shall be provided with ies files for calculation verification by Engineer of equivalent performance to basis of design fixture Pole tenon and coverplates shall be close fitting and manufactured for the intended use EXECUTION SP -1 0-3.1 Manufacturer's installation details Contractor shall install items in accordance with details and provide any special wiring, fittings and appurtenances required Contractor shall verify all measurements at site and coordinate exact locations with details shown on Contract Drawings SP -10-3.2 All equipment and systems shall be demonstrated by the Contractor as operating properly prior to the acceptance of the work. All protective devices shall be operative during demonstration 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-151 Section 6 -Technical Specifications METHOD OF MEASUREMENT SP -10-4.1 Measurement shall include all labor, materials, and equipment necessary to perform necessary work. BASIS OF PAYMENT SP -1 0-5.1 Payment for electrical components shall be made at the contract unit price for each Apron Lighting Retrofit. This price shall be full compensation for furnishing all materials and for all preparation, assembly, installation, labor, equipment, tools, and incidental work necessary to complete the task. Payment will be made under Item SP -10-5 1 Apron Lighting Retrofit — per each (EA) END OF ITEM SP -10 70-17-050 / Yakima Air Terminal — McAllister Field J -U -B Master Revision Date 08-15 Page 6-152 APPENDIX A - CSPP CONSTRUCTION SAFETY AND PHASING PLAN WEST GA APRON REHABILITATION PROJECT AIP 3-53-0089-42-2018 PFC 15-15-C-00-YKM June 2018 City of Yakima Yakima Air Terminal -McAllister Field Prepared by: J -U -B ENGINEERS, Inc. 422 W Riverside Ave., Ste. 304 Spokane, WA 99201 (509) 458-3525 Tbe of Contents Introduction 1 Overview: Yakima AirTerminal McAllister Field 1 Project Description 2 CSPP: Purpose & Process 2 Coordination 2 Initial Meetings 2 Contractor Progress Meetings 4 Changes in Schedule or Scope 4 AT[TCoordination 4 Construction Phasing 5 Phases ofWork 5 Phase 1 5 Phase 2 6 Construction Safety Drawings 6 Areas/Operations Affected by Construction 7 Affected Areas/Operations 7 Mitigation of Effects 7 Protecting NAVAIDS 8 Contractor Access 8 Access Points/Airport Security 8 Vehicle and Pedestrian Operations 8 Haul Routes 9 Two -Way Radio Communication 9 Training Requirements for Vehicle Drivers 9 Maintenance of the Secured Area ofthe Airport 9 Staging Area 10 Borrow/Disposal Sites 10 Material Stockpiles 10 Wildlife Management 10 Trash 10 Standing Water 10 30-11-055/Yakima Apron CSPP FINAL Page i Construction Safety Phasing Plan West GA Apron Rehabilitation Tall Grass/Seeding 10 Maintaining Fence Lines & Gates 11 Disruption of Existing Wildlife Habitat 11 FOD Management 11 HAZMAT Management 11 Notification of Construction 11 Responsible Representatives/Points of Contact 11 NOTAMs 12 Emergency Notification Procedures 12 Coordination with ARFF 12 Notification to FAA 12 Inspection Requirements 13 Daily Inspections 13 Final Inspections 13 Underground Utilities 13 Penalties for Noncompliance 14 Special Conditions 14 Runway/Taxiway Visual Aids for Construction 14 General 14 Markings 14 Lighting/Visual NAVAIDS 14 Signage 14 Marking and Signs for Access Routes 15 Hazard Marking/Lighting 15 Purpose 15 Equipment 15 Closed Pavement 15 Manholes or Other Open Hazards 16 Work Zone Lighting for Nighttime Construction 16 Protecting Safety/Object-Free Areas 16 Runway Object Free Areas (ROFAs) 17 Runway Safety Areas (RSAs) 17 Taxiway Object Free Areas (TOFAs) 17 Taxiway Safety Areas (TSAs) 17 Page ii Construction Safety Phasing Plan West GA Apron Rehabilitation Obstacle Free Zones (OFZ) 17 Other Limitations on Construction 17 Prohibitions 17 Restrictions 18 Appendix A: Safety Plan Sheets 19 Appendix B: FAA 7460 Forms 20 Page iii Construction Safety Phasing Plan West GA Apron Rehabilitation Introduction Overview: Yakima Air Terminal McAllister Field Yakima Air Terminal (YKM) is a Part 139 certificated, non -hub commercial service airport located in Yakima, Washington. The facility is owned and operated by the City of Yakima with daily commercial service provided by Alaska Airlines. The airfield is generally located at 2406 W. Washington Avenue, Suite B, 46°34'10.50" N latitude and 120°32'24.00" W longitude and operates as a Design Category C -III airport. Along with commercial air and charter operations, the airport has an active General Aviation (GA) population. Typical GA aircraft range from single engine piston aircraft to business jets. YKM runways and their associated appurtenances are as follows: RUNWAY 9/27 • Asphalt Surface • 7,604 feet long and 150 feet wide • High Intensity Edge Lighting • Precision Markings on RWY 27 • Non -Precision Markings on RWY 9 • Four unit VASI on RWY 9 • Four unit PAPI and MALSR on RWY 27 RUNWAY 4/22 • Asphalt Surface • 3,835 feet long and 150 feet wide • Medium Intensity Edge Lighting • Visual Markings • Four unit PAPIs on RWY 4 and RWY 22 The proposed project will occur on the West GA Apron, located adjacent to the terminal apron. This location accommodates light/mid-sized aircraft, terminal apron overflow consisting of limited heavy aircraft, and helicopters. 70-17-050/Yakima Apron CSPP FINAL Page 1 Construction Safety Phasing Plan West GA Apron Rehabilitation Project Description The proposed West GA Apron Rehabilitation project will consist of the following project elements: • Rehabilitation of approximately 22,000 square yards of asphalt pavement. • Associated surface drainage improvements. • Construction of aircraft tie -downs. • Pavement Markings. • Apron lighting. Proposed construction for the West GA Apron project will be completed in two phases. CSPP: Purpose & Process This Construction Safety and Phasing Plan (CSPP) has been developed in accordance with AC 150/5370-2G, as part of a process to assess and minimize safety hazards at the Yakima Air Terminal during the construction of the West GA Apron Rehabilitation project. The CSPP will serve as the Sponsor's documentation of the foreseeable hazards, assessment of risks involved, and controls used to mitigate those risks. This document will ultimately be accompanied by a companion report prepared by the Contractor known as the Safety Plan Compliance Documents (SPCD). The SPCD will detail how the contractor plans to comply with the CSPP, and will include Contractor -specific information relevant to this project. Recommendations made in the CSPP will be incorporated in the SPCDs and will be enforced during construction. Additionally, the SPCD will include contractor specific information needed for providing notice of construction activities, (7460-2) to the FAA. Coordination Initial Meetings Airport operational safety will be a primary topic at the pre-bid meeting, pre -construction conference and weekly construction meetings throughout the duration of the project. A Pre -Design Meeting was held on November 8, 2017 via conference call. Attendees included Rob Peterson (Airport Manager), Rick Stein (Maintenance and Operations Manager), Mary Vargas (FAA Seattle ADO), Chuck Larson and Tim Ike (J -U -B Engineers, Inc). The Engineer, Sponsor, and FAA representative identified hazards, risks and listed controls necessary to mitigate hazards and manage risks. The outcome of this process will be used in the design phase to implement rules and regulations, and changes to the phasing process if necessary. Pre -Bid Meeting: Potential bidders will be apprised of controls needed for the purpose of managing safety risks. Bidders will be invited to suggest additional measures which will be considered for possible bid addenda. 70-17-050/Yakima Apron CSPP FINAL Page 2 Construction Safety Phasing Plan West GA Apron Rehabilitation Pre -Construction Meeting: The Contractor will again be apprised of safety regulations, and will be required to compile and submit a Safety Plan Compliance Document (SPCD) meeting the requirements of AC 150/5370-2G (available at https://www.faa.gov/documentLibrary/media/Advisory Circular/150-5370-2G.pdf). AC 150/5370-2G specifies (but is not limited to) SPCD provisions that the Contractor must: 1. Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supply details that could not be determined before contract award. The SPCD must include a certification statement by the contractor, indicating an understanding of the operational safety requirements of the CSPP and the assertion of compliance with the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and coordination with the airport operator and the FAA in advance. 2. Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. 3. Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. 4. Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on-site when active construction is taking place. 5. Conduct sufficient inspections to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. 6. Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. 7. Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. 8. Ensure prompt submittal through the airport operator of Form 7460-2 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, and other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator. 9. Ensure that all necessary safety mitigations are understood by all parties involved, and any special requirements of each construction phase will be fulfilled per the approved timeframe. 10. Participate in pre -construction meetings to review construction limits, safety mitigations, NOTAMs, and understand all special airport operational needs during each phase of the project. 70-17-050/Yakima Apron CSPP FINAL Page 3 Construction Safety Phasing Plan West GA Apron Rehabilitation Notice to Proceed with construction is contingent on the Owner's receipt and approval of the contractor provided SPCD. Contractor Progress Meetings Airport operational safety shall be a standing agenda item at all construction progress meetings. At a minimum, the Contractor will be required to update emergency points of contact, debrief any and all safety incidents and near misses, report on safety measures implemented at that point, and safety measures to be implemented before the next meeting. Progress meetings will be used as a forum to coordinate the issuance of NOTAMS, and any necessary notices to the FAA and tenants. Changes in Schedule or Scope Changes to scope and schedule will be addressed in the timeliest manner possible. The Contractor will be required to inform the Engineer of any expected changes as soon as they are apparent, with follow-up notifications required to further define these changes. The Engineer, in turn is responsible to promptly notify the Sponsor. The Sponsor will issue NOTAMs and notifications to the FAA and tenants as necessary in a timely manner. The Contractor shall notify the Engineer at least 2 weeks prior to changes of scheduled beginning or end dates of a given phase of work. ATCT Coordination This project will occur within the air operations area (AOA). For that reason, it will be necessary to strategically phase this project and physically separate construction activity from active Safety Areas using Airport provided escorts, low -profile barricades, low - profile construction fencing and/or channelization cones along with equipment height restrictions as appropriate for each situation. Contractor activity requiring access to the movement areas will require the presence and operational supervision of airport personnel who are in constant radio contact with the Yakima Air Traffic Control Tower (ATCT). All construction activity requiring access into any safety area will require escorts or a scheduled closure of the associated pavement. Short duration exceptions may be considered on a case-by-case basis subject to sufficient notification and coordination with Airport personnel, engineering personnel, and Yakima ATCT clearance. Under no circumstance will construction personnel or equipment be allowed to occupy a safety area simultaneously with any aircraft operation. A separate operations plan will need to be implemented for each of the defined phases utilizing each plan as appropriate when issuing instructions and advisories to taxiing aircraft. Construction on this project occurring outside the movement area will not require supervision from Airport personnel, nor will these items require interaction between the ATCT and the Contractors. However, in those situations, the Contractor will be required to remain outside the movement area, and will be confined to specific haul routes and construction limit area(s) delineated by barricades across paved areas and/or low profile cones/fencing installed in soil. 70-17-050/Yakima Apron CSPP FINAL Page 4 Construction Safety Phasing Plan West GA Apron Rehabilitation The ATCT Manager or authorized representative will maintain an open invitation to all construction project progress meetings throughout the duration of the project as ATCT Coordination will always be a standing agenda item. Construction Phasing Phases of Work Phasing for this project has been defined to minimize the disruption of Group III aircraft use of primary Runway 9/27 as well as to minimize the disruption of typical taxiing patterns throughout the airfield. Limits of phasing have been defined to confine construction activities to the West GA Apron area as much as possible and provide proper separation of construction and airfield operations as required by FAA Advisory Circular 150/5370-2G. Work associated with this project will occur in two phases, each having its own safety plan as depicted in the narratives and exhibits on the following pages. Additionally, a general project safety plan and phase specific safety plans are incorporated into the construction plans and are also included as an appendix to this report. Throughout the duration of this project, all runways will remain open for use. A contractor mobilization/staging area for all phases will be located in the open area to the west of the work area. The mobilization/staging area will be delineated with high visibility/low profile construction fencing and low profile barricades. The following is an approximate schedule for the broken out by Phase: Construction Phase Approximate Construction Window Number of Days Phase 1 June and July 2018 25 working days Phase 2 August and September 2018 25 working days * Phasing start date is dependent on issuance of an additional Federal Grant. Phase 1 Phase 1 will consist of pavement rehabilitation on the portion of the apron adjacent to the concrete terminal apron. A portion of this phase will occur within the Security Identification Display Area (SIDA). The boundaries of this phase consist of the edge of the concrete apron to the east, the Non -Movement Area boundary to the south, and a line running north/south from the edge of the east bay of the ARFF building forms the west boundary (please refer to the Phase 1 phasing plan sheet for a depiction of the phase limits). The location of the west boundary will maintain unobstructed access to the airport by the ARFF vehicle during Phase 1. The site will be accessed via the gate off W Washington Ave. Haul routes to the staging area and proposed work area will be delineated and separated from the apron with low profile barricades. 70-17-050/Yakima Apron CSPP FINAL Page 5 Construction Safety Phasing Plan West GA Apron Rehabilitation Phase 2 Phase 2 will consist of pavement rehabilitation on the remainder of the apron, bounded by the Phase 1 limit on the east and the Non -Movement Area Boundary to the south. The location of the east boundary will maintain unobstructed access to the airport by the ARFF vehicle during Phase 2. The site will be accessed via the gate off W Washington Ave. Phase 2 will consist of removal and application of lead-in lines on the portion of Taxiway A adjacent to the rehabilitated apron area. This work will occur within the movement area and will require an airport provided escort. Construction Safety Drawings The General Safety Plan and the Safety and Phasing Plan sheets, which will be included in the Contract Plan Set, can be found in Appendix A of this report. Key features of the safety plan are shown, including Runway and Taxiway Safety Areas (RSA/TSA), Runway and Taxiway Object Free Areas (ROFA/TOFA), construction areas, barricades, access gates and staging area for equipment and materials. 70-17-050/Yakima Apron CSPP FINAL Page 6 Construction Safety Phasing Plan West GA Apron Rehabilitation Areas/Operations Affected by Construction Affected Areas/Operations Phasing for this project has been defined to limit construction to the apron area and to minimize the disruption of typical taxiing patterns throughout the airfield. Refer to each individual phase description for further details on operational restrictions and revisions to taxiing patterns. During the project, aircraft using Taxiway A will be restricted to the ADG III wingspan of less than 118'. NAVAIDs will not be impacted by this project. Mitigation of Effects Multiple phasing elements have been incorporated into the project to mitigate/limit taxiway closures at the airport. These include limiting impacts to Taxiway A to the shortest possible duration and identifying alternative taxi routes as needed. Refer to each individual phase description for further details on operational restrictions and revisions to taxiing patterns. NAVAID service will not be affected by the project. The Contractor will schedule all necessary closures no less than two weeks in advance and NOTAMs issued as appropriate. A portion of the project will occur directly in front of the ARFF building/Yakima Fire Department Station #94. The project has been phased so that either the center or east bay will remain unobstructed at all times during the project, allowing the ARFF vehicle to access the airfield. ARFF vehicle access routes specific to each phase are depicted on the Safety Plan Sheets. 70-17-050/Yakima Apron CSPP FINAL Page 7 Construction Safety Phasing Plan West GA Apron Rehabilitation Protecting NAVAIDS Contractor operations will be physically separated from active Runway Safety Areas and Runway Protection Zones by the placement of construction fencing and low -profile barricades as appropriate. This will provide proper separation and protection for all active NAVAIDS. Known power cables and fiber optic lines will be located and marked in the field. It will be the responsibility of the Contractor to verify locations of these utilities within the limits of construction. Contractor Access Access Points/Airport Security Contractor access for this project shall be via the existing gate located at the northeast corner of the apron. The gate will be left in the open position while in use by the Contractor and guarded by Contractor -supplied security personnel. A sign will be posted outside the gate explaining terms of entry for contractor personnel. Security personnel will be provided with a list of authorized personnel and will not allow anyone not on the list through the gate. Both access gates shall be furnished with construction entrance signs as illustrated on the General Safety Plan in Appendix A. When a gate is not in use, the construction sign will be covered to avoid confusion. The Contractor must meet badging requirements in accordance with 49 CFR Part 1542 at all times. The Contractor shall have a minimum of three representatives badged for the project prior to commencing work. Portions of Phase I will require the contractor to work in or access the airport (SIDA). This area of the terminal apron is airline aircraft parking and where passengers transfer between the terminal building and the aircraft. Federal Regulations require all personnel within this area to have on their person a properly displayed SIDA badge. If a worker does not have a SIDA badge then that person must be escorted by a person with a SIDA badge. It is the intent of this project that all project managers, supervisors, and foreman first obtain a SIDA badge from the Airport Manager's Office. Refer to specifications. Access to the terminal building from the terminal apron is prohibited unless that person has a SIDA badge. Vehicle and Pedestrian Operations Contractor operations will be confined to the apron work areas and designated haul routes. All contractor personnel and equipment will remain clear of the movement area and all other active portions of the AOA. If the Contractor requires access to active portions of the AOA, they must be escorted by Airport or Engineer personnel that are approved to access such areas. 70-17-050/Yakima Apron CSPP FINAL Page 8 Construction Safety Phasing Plan West GA Apron Rehabilitation If unescorted vehicles and equipment are required to operate within the AOA, they will be required to utilize an amber flashing light. This includes vehicles operated by the Contractor and Engineer. The driver of any vehicle operating in the AOA will be required to undergo driver training by the airport. All other construction equipment and vehicles will be marked and/or lighted in accordance with FAA AC 1 0-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition (available at https://vvvvvv.faa.go»/docurnentLibrar«/rnedia/Advisory Circular/150 5210 5c.pdf).Per AC 150/5210-5, this includes providing vehicles with a flag on a staff attached to the vehicle so that the flag will be readily visible. The flag must be at least a 3 -foot by 3 -foot (0.9 meter by 0.9 meter) square having a checkered pattern of international orange and white squares at least 1 foot (300 mm) on each side. Construction equipment shall be chosen that poses the least danger to aircraft while being sturdy enough to remain in place when subjected to typical winds, prop wash and jet blasts. Per FAA AC 150/5210-20A, Ground Vehicle Operations to include Taxiing or Towing an Aircraft on Airports (available at https://vxxvvv.fee.gov/docurnentLibna»/rnedia/Adviaory Circu|er/150-52l0'Z0A.pdfl and inadvertent entry by vehicles onto movement and non -movement areas of an airport poses a danger to both the vehicle operator and aircraft on the airport. Contractor vehicles will be confined to the prject areas with barricades, high visibility fencing, or other physical barrier. Haul Routes Contractor haul routes have been defined for each phase of this project. Refer to the phase description and associated exhibits for Iocations. Two -Way Radio Communication Radio communication will be required of the Contractor's onsite representative or supervisor. This individual will have an airport radio, with backup batteries, tuned to the airport frequency for listening purposes only. The Contractor will be listening for emergency aircraft communications coming into the airport. Training Requirements for Vehicle Drivers and Pedestrians All Contractor personnel shall adhere to all safety provisions established by the FAA and the Airport Management. All Contractor personnel shall have a clear understanding of security protocols in accordance with Airport Management, FAA, and the Contract Documents. Any violation will be the Contractor's responsibility and could result in revocation of driving privileges or removal from the airfield. Driving protocols will be provided by the Airport when the Contractor applies for their driving and security badges. Maintenance of the Secured Area of the Airport Gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures shall be in place to ensure that only authorized 70-17-050/Yakima Apron CSPP FINAL Page 9 Construction Safety Phasing Plan West GA Apron Rehabilitation persons and vehicles have access to the AOA and to prohibit "piggybacking" behind another person or vehicle. The Contractor shall meet badging requirements in accordance with 49 CFR Part 1542, Airport Security, to meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. Staging Area A contractor staging area has been defined for this project. Refer to the phase descriptions and associated exhibits for locations. All construction site parking and equipment parking shall be contained within the established staging area. Borrow/Disposal Sites No borrow sites have been identified for the various phases in this project. All fill and base material will be imported from external sources. A disposal site for asphalt millings only will be provided by the airport. All other materials will be disposed of off site. Material Stockpiles If the Contractor requests permission to temporarily stockpile imported material or waste, it will be done in the staging area defined for that phase. Wildlife Management Trash Trash, especially food debris and packaging, can attract wildlife which in turn can become a hazard to aircraft operations. The Contractor will be required to keep all garbage, neatly stored, in a designated staging area. Food trash will be kept in containment that animals cannot penetrate and will be hauled off site regularly. Other construction debris will be hauled off site at the earliest feasible time and by the end of the project. Standing Water Standing water on or around airports can increase wildlife activity and bird -strikes by aircraft. The Contractor will not be allowed to create pools of standing water on or near airport property in conjunction with this project unless the SWPPP update requires storm water retention, in which case retention duration shall not exceed 24 hours. Tall Grass/Seeding Seeding on this project will be specified accounting for deterrence of wildlife, including birds. The risk of attracting birds and other animals to areas used by aircraft shall be minimized through consideration of seeding methods and seed types. 70-17-050/Yakima Apron CSPP FINAL Page 10 Construction Safety Phasing Plan West GA Apron Rehabilitation Maintaining Fence Lines & Gates All existing fence lines and gates will be required to remain standing during construction in order to prevent unauthorized personnel and wildlife from entering the airport operations area The Contractor will be responsible for keeping the gate at each designated access point guarded throughout the day and secured at night for the duration of the project. Disruption of Existing Wildlife Habitat The entire airport is enclosed by security fencing, and the limits for this project will be contained entirely on the airport. As such, there is expected to be little or no disruption of existing wildlife. FOD Management The Contractor will be required to regularly sweep all pavements used by aircraft (as well as adjacent non -aircraft pavements) during construction that have been impacted by Contractor personnel, subcontractors and suppliers. These areas will be the subject of frequent FOD inspections throughout the course of the project. Pavements temporarily closed to aircraft (as well as adjacent non -aircraft pavements) will be swept of FOD and thoroughly inspected prior to reopening. HAZMAT Management Hazardous materials will not be allowed onsite in quantities larger than that which can be used on the project in a particular day, or in quantities larger than a single unit (e.g. bottles of detergent) The Contractor will be required to have Material Safety Data Sheets (MSDS), Safety Data Sheets (SDS), or Product Safety Data Sheets (PSDS) documentation available onsite at all times. The contractor will also be required to submit a Spill Control and Prevention Plan, in accordance with Washington State Department of Transportation Standard Specifications for Road, Bridge and Municipal Construction, 2016, for the prevention and cleanup of HAZMAT spills. Notification of Construction Responsible Representatives/Points of Contact The Contractor will be required to submit a list of points of contact in their Safety Plan Compliance Document (SPCD), to be submitted by the pre -construction conference. This list will include a 24-hour emergency contact person. A list of contact numbers for the Contractor to call in case of an emergency are included below: General Emergencies 911 Poison Control (800)-222-1222 Brian Carlenius, Airport Maintenance (509) 370-5250 David Stark, Yakima Air Terminal ARFF (509) 575-6014 70-17-050/Yakima Apron CSPP FINAL Page 11 Construction Safety Phasing Plan West GA Apron Rehabilitation Rob Peterson, Airport Director/Security Kerry Albin, Construction Services Mngr./J-U-B Rep. (509) 575-6149 (c) (509) 833-0898 (509) 531-5902 NOTAMs Notices to Airmen (NOTAMs) will be posted by the Airport Maintenance & Operations Manager. Input and advanced notice will be required from the Contractor as to the affected time period and the effected locations and operations. NOTAMs will be an ongoing topic of discussion at progress meetings during construction. Emergency Notification Procedures Channels of emergency notification will be agreed upon by the Contractor, Engineer, Sponsor, FAA and other stake holders before work can begin on site. These channels will be established both for notifications by the Contractor and to the Contractor for safety issues. The Yakima Air Terminal Emergency Plan shall be followed including notification of the Airport Manager and Emergency First Responders as appropriate. Coordination with ARFF Airport and Engineer personnel will be readily accessible to the Contractor during scheduled construction hours. These personnel will serve as the link between ARFF and the Contractor. ARFF will be furnished with a set of contract plans, including the safety plans. ARFF personnel will have an open invitation to the weekly progress meetings or will be routinely briefed on the current construction activity and timeline. Due to the phased construction, there will be a need for ARFF to be aware of restrictions to various travel routes. Refer to the phase description for revised access routes which will also be available to ARFF equipment and personnel. Notification to FAA FAA notification for emergencies will be the responsibility of Yakima Air Terminal personnel. Notification of any accidents will immediately be made to local ATO in the Yakima Air Terminal Control Tower. ATO will follow procedures to notify appropriate entities from that point forward. 70-17-050/Yakima Apron CSPP FINAL Page 12 Construction Safety Phasing Plan West GA Apron Rehabilitation Inspection Requirements Daily Inspections The Contractor will log daily inspections for FOD and house -keeping practices, report safety mishaps, near misses and incursions into restricted areas. Additionally, the Owner will provide supplemental inspections as needed. Information about apparent safety deficiencies will be immediately passed to the Contractor on site and will be made available to all major stakeholders. The Sponsor may also increase the frequency and thoroughness of periodic airport inspections of areas adjacent to construction activities as appropriate, and will bring any safety concerns to the attention of the Contractor and Engineer. Airport operations personnel and the construction observation personnel will closely inspect work associated with scheduled airfield closures and partial closures prior to reopening to aircraft traffic. The Contractor will be notified of any issues regarding FOD and/or non-compliant safety area grading issues that are observed. The Contractor shall be responsible for resolving all issues prior to the end of the scheduled closure so that aircraft operations may resume as planned. Final Inspections Final inspections will be performed for individual construction sub -phases before each area is reopened for operation. Operational safety will be a primary focus of each final inspection. Other focuses will be made on quality of workmanship, compliance to the plans and specifications, and satisfaction of the Sponsor and other stakeholders. Underground Utilities Several underground utilities exist in the vicinity of the project site. Any known or anticipated utilities are shown on the construction plan sheets. Contact persons and/or telephone numbers are catalogued in Table 1, to be used in case of unexpected contact with buried utilities. Table 1: Underground Utilities Utility Point of Contact Organization Name Number NAVAID Pwr./Comm. FAA Clint Howell (509) 380-1746 NAVAID Pwr./Comm. FAA, Pacific Ops Control (866) 432-2622 Storm Drainage Airport Maintenance Brian Carlenius (509) 370-5250 Water Airport Maintenance Brian Carlenius (509) 370-5250 Power/Natural Gas Cascade Natural Gas (888) 522-1130 Washington state law requires contractors to call for utility locates 2 full business days before digging. Locates are to be requested via the Washington -One -Call service by calling 70-17-050/Yakima Apron CSPP FINAL Page 13 Construction Safety Phasing Plan West GA Apron Rehabilitation 811. This statement appears on the General Safety Plan in Appendix A and in the Contract Specifications. The Contractor should be aware that Washington -One -Call will not locate airport specific utilities. The general locations of these utilities will be provided to the contractor. The Contractor will be required to field -verify the locations of all utilities prior to beginning work, and will be financially responsible for the immediate repair of any damaged utilities. Penalties for Noncompliance Penalties are an important tool used to enforce controls established for the mitigation of risks. Any Contractor personnel found in violation of a safety rule identified in the Contract, or a rule set by any public entity having jurisdiction, while on airport property, can be removed from airport property for the duration of the project. If a Contractor chooses to persist in violation of a safety rule, that Contractor can be removed from the project altogether and the Contract can be terminated for default of a Contract obligation. Special Conditions No special conditions exist at this time. Runway/Taxiway Visual Aids for Construction General This project will not affect visual aids. Markings Outside the construction area, pavement markings will remain intact without change. On paved sections closed for construction, painted markings will be removed or covered in conjunction with the pavement demolition and repainted after new pavement is placed. Relocated taxilane lead in lines will be painted on a portion of Taxiway A. All markings shall be in compliance with AC 150/5340-1, Standards for Airport Markings (available at https://www.faa.gov/documentLibrary/media/Advisory Circular/150 5340 11.pdf). Lighting/Visual NAVAIDS Lighted navigational aids (NAVAIDs) will be unaffected by the work on this project. Refer to the General Safety Plan and the phase specific safety plan sheets in Appendix A for specifics. Signage The Contractor will position barricades (see details on the safety plan sheets in Appendix A) just outside the closed pavement areas to indicate the construction zone. This will serve as a barrier to keep tenants and aircraft out of the construction zone, and to keep the Contractors' personnel out of active safety areas and off pavement sections not associated with the current project. 70-17-050/Yakima Apron CSPP FINAL Page 14 Construction Safety Phasing Plan West GA Apron Rehabilitation All barricades will be required to be placed and removed in the presence of airport personnel immediately prior to closing and reopening the pavements. Continuous maintenance of these barricades and closure crosses will be the responsibility of the Contractor in close coordination with airport operations staff. Marking and Signs for Access Routes No temporary markings are anticipated for this project. Any time a sign does not serve its normal function or would provide conflicting information, it must be covered or removed to prevent misdirecting pilots. Signs for construction personnel shall conform to AC 150/5340-18 Standards for Airport Sign Systems (available at https://www.faa.gov/documentlibrary/media/advisory circular/150 5340 18f.pdf) and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections (available at https://www.faa.gov/docu mentLibra ry/media/advisory circu lar/150-5220- 23/1.50 5220 23.pdf), which may require modification to size and height guidance in the MUTCD. Hazard Marking/Lighting Purpose The purpose of hazard markings and lighting will be to indicate to all airborne and ground- based vehicles the location of vehicles and equipment, stationary or moving, within the Airport Operations Area (AOA), to prevent interference or collisions on the ground. Equipment All vehicles and equipment within the AOA will be required to utilize an amber flashing light. This includes vehicles operated by the Contractor and Engineer. All construction equipment and vehicles will be marked and/or lighted in accordance with FAA AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition. This includes providing vehicles with a flag on a staff attached to the vehicle so that the flag will be readily visible. The flag must be at least a 3 -foot by 3 -foot (0.9 meter by 0.9 meter) square having a checkered pattern of international orange and white squares at least 1 foot (300 mm) on each side. Closed Pavement The Contractor shall position barricades just outside the closed pavement areas to indicate the construction zone as necessary. The barricades shall be spaced such that a breach is physically prevented baring a deliberate act. The barricades shall have a total height as low as possible to the ground, and shall be no more than 18 inches high. 70-17-050/Yakima Apron CSPP FINAL Page 15 Construction Safety Phasing Plan West GA Apron Rehabilitation Manholes or Other Open Hazards If manholes, catch basins, or any other open void that could pose a hazard to pedestrians, vehicles or equipment must be left open unattended, the Contractor shall mark the perimeter of the hazard with a high visibility warning that clearly identifies the associated hazard. The Contractor shall have a representative on call 24 hours a day to address emergency maintenance needs for hazard lighting and barricades. Work Zone Lighting for Nighttime Construction There is no nighttime work anticipated for this project. Protecting Safety/Object-Free Areas The Contractor shall not conduct work in active safety areas. All equipment and materials shall be removed from object free areas while not in use. The Contractor must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and shall light the trenches and excavations with red lights during hours of restricted visibility or darkness. All trenches and excavations within inactive safety areas shall be backfilled prior to opening the pavement associated with the safety area. If backfilling excavations before the pavement must be opened is impracticable, and approval is obtained from the Owner, the Contractor shall cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. Soil erosion must be controlled within the project area to maintain safety area standards. If necessary, the safety areas must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and shall be capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. All areas described below are shown on the Safety and Phasing Plan in Appendix A. To protect unaffected airport pavement from unnecessary construction traffic, and to separate construction and air/ground operations which will continue in adjacent areas, low profile barricades will line all pavement areas adjacent to the current phase of work. All personnel and equipment entering the AOA limits of the airfield shall be accompanied by Airport personnel in constant radio contact with the tower. The Contractor will be required to coordinate all work within ROFAs and TOFAs with the Engineer and Owner. 70-17-050/Yakima Apron CSPP FINAL Page 16 Construction Safety Phasing Plan West GA Apron Rehabilitation Runway Object Free Areas (ROFAs) For Runway 9/27 the ROFA is 800 feet wide and 4/22, the ROFA is 250 feet wide. Runway Safety Areas (RSAs) For Runways 9/27 the RSA is 500 feet wide and for Runway 4/22, the RSA is 120 feet wide. Taxiway Object Free Areas (TOFAs) For all taxiways, the TOFA is 186 feet wide. Taxiway Safety Areas (TSAs) For all taxiways, the TSA is 118 feet wide. Obstacle Free Zones (OFZ) Runway 9/27 is the controlling OFZ for this project. The OFZ for Runway 4/22 is 400' wide and is centered on the Runway centerline. The most constraining requirement of the Runway 9/27 OFZ, in terms of this project, is the inner -transitional OFZ. The inner - transitional OFZ for Runway 4/22 begins at the edge of the OFZ at a height of 47.5' above the Runway centerline for that station and increases at 6H:1V away from the runway until reaching the horizontal surface which is 150 feet above the airport elevation. To protect the OFZ surface, no equipment higher than 45 feet shall be allowed without prior approval. If equipment higher than 45 feet is approved, additional restrictions on the equipment use may be applied. RWY q. OFZ BOUNDARY Q cr Other Limitations on Construction Prohibitions The following items are prohibited on this project, including but not limited to: • Possession of illicit drugs, alcohol, firearms and explosives will be expressly prohibited on airport grounds by contract • No use of tall equipment (cranes, concrete pumps, etc.) unless a 7460-2 determination letter is issued for such equipment. • No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. • No use of electrical blasting caps on or within 1,000 feet of the airport property. 70-17-050/Yakima Apron CSPP FINAL Page 17 Construction Safety Phasing Plan West GA Apron Rehabilitation • No use of flare pots within the AOA. Restrictions Contractor personnel and equipment will be restricted to the project site and haul routes for each phase within the Airport Operations Area, and will be restricted to the staging area and haul routes defined in the safety phasing plans. The Contractor will be allowed to park personal vehicles within the staging area. Personal vehicles will not be allowed outside of the designated staging area or the associated entrance and haul route. Short- term access to any other areas controlled by the airport, either inside or outside the fence, may be considered with prior permission of Airport and Engineering personnel. Refer to the Construction Phasing section for phase and sub -phase specific restrictions. 70-17-050/Yakima Apron CSPP FINAL Page 18 Construction Safety Phasing Plan West GA Apron Rehabilitation Appendix A: Safety Plan Sheets SAFETY NOTES AND REQUIREMENTS 1 ALL OPERATIONS DURING CONSTRUCTION SHALL BE SUBJECT TO AC 150t5370 -2G "OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION" 2 THE CONSTRUCTION SHALL AS NIUCH AS POSSIBLE MINIMIZE DISRUPTION OF STANDARD OPERATING PROCEDURES FOR AERONAUTICAL ACTIVITY 3 THE CONTRACTOR SHALL MAINTAIN CLEAR ROUTES FOR FIRE FIGHTING AND RESCUE (ARFF) OPERATIONS TO ACTIVE AIRPORT OPERATIONS AND SAFETY AREAS INCLUDING THE AIRPORT GENERAL AVIATION AREA THE CONTRACTOR SHALL NOTIFY AIRPORT PERSONNEL OF ANY PROPOSED ACTIVITIES THAT MAY INTERFERE VVITH ARFF OPERATIONS I E EQUIPMENT OPERATING NEAR HYDRANTS OR NEED TO SHUT OFF HYDRANTS 4 THE CONTRACTOR SHALL NOTIFY THE AIRPORT MANAGER OR ENGINEER AT LEAST 48 HOURS PRIOR TO VVORK BEING INITIATED WITHIN THE AIRPORT OPERATIONS AREA iA0A) 5 THE OWNER WILL INITIATE AND CANCEL ALL NOTICES TO AIRMAN NOTAM) BASED ON CONTRACTOR SCHEDULES THE CONTRACTOR SHALL COORDINATE ALL ACTIVITIES WITH THE ENGINEER NO WORK SHALL BEGIN UNTIL THE NOTAM FOR THAT WORK HAS BEEN POSTED WITH THE FAA 6 ALL CONSTRUCTION EQUIPMENT AND VEHICLES SHALL BE MARKED AND LIGHTED PER SECTION 70-08 OF THE FAA GENERAL CONDITIONS EQUIPMENT AND VEHICLE FLAGGING AND LIGHTING SHALL BE IN ACCORDANCE WITH AC 150/5210-50 "PAINTING MARKING, AND LIGHTING OF VEHICLES USED ON AN AIRPORT" CURRENT EDITION 7 THE CONTRACTOR MAY STORE ALL EQUIPMENT AND MATERIALS IN THE DESIGNATED STAGING AREA VVHEN NOT IN USE STOCKPILED MATERIALS NECESSARY FOR CONSTRUCTION SHALL BE OF LOW PROFILE (NO HIGHER THAN RUNWAY 6127 CENTERLINE EL 10480/ USE OF LIGHTED LOVV PROFILE BARRICADES RUNNING ALONG THE TOP OF EACH STOCKPILE SHALL BE MANDATORY WHEN NOT BEING ACCESSED BY CONSTRUCTION EQUIPMENT 8 NO PRIVATE VEHICLES WILL BE PERMITTED WITHIN THE SECURITY FENCED AREA CONSTRUCTION PERSONNEL SHALL BE REQUIRED TO PARK OUTSIDE THE SECURITY FENCE IN DESIGNATED STAGING AREAS OR OTHER AREAS AS APPROVED BY THE OWNER TRANSPORTATION TO THE PROJECT SITES WITHIN THE SECURITY FENCED AREAS SHALL MEET THE REQUIREMENTS OF SAFETY NOTE 6, NO EXCEPTIONS 9 REMOVE ALL GENERATED DEBRIS FROM THE WORK AREA AT THE CONCLUSION OF THE DAY'S OR PERIOD'S CONSTRUCTION BURNING OF GENERATED DEBRIS SHALL NOT BE PERMITTED NO EXCEPTIONS 10 THE CONTRACTOR SHALL CONTROL DUST BY WATERING THE DISTURBED AREAS OR BY OTHER EROSION STABILIZATION METHODS APPROVED BY THE ENGINEER DUST / EROSION CONTROL OPERATIONS SHALL BE CONTINUOUS INCLUDING HOLIDAYS AND WEEKENDS 11 THE CONTRACTOR SHALL SUPPLY LIGHTED LOW PROFILE BARRICADES INCLUDING FLAGS FOR THIS PROJECT PLACEMENT BY THE CONTRACTOR SHALL BE IN THE PRESENCE AND WITH THE APPROVAL OF AIRPORT PERSONNEL AND THE ENGINEER DURING AOA CONSTRUCTION OPERATIONS PER SECTION 70-08 OF THE SPECIFICATIONS AND AS SHOWN ON THE PLANS AND AS DIRECTED BY THE ENGINEER THE CONTRACTOR SHALL PLACE AND FILL THE BARRICADES WITH WATER AND MAINTAIN FOR THE CONTRACT DURATION THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING AND REPLACING BARRICADE LIGHT BATTERIES AND FLAGS AS REQUIRED DURING CONSTRUCTION BARRICADES DAMAGED BEYOND USE DURING CONSTRUCTION SHALL BE REPLACED BY THE CONTRACTOR AT NO COST TO THE WINER 12 ALL AIRPORT GATES AND FENCING USED FOR CONSTRUCTION ACCESS SHALL BE MAINTAINED BY THE 0061080100 10 CONTROL AND/OR DETER HUMAN AND ANIMAL INTRUSIONS ONTO THE AOA 13 IN ORDER TO MAINTAIN A CLEAR OBSTACLE FREE ZONE, CONTRACTOR EQUIPMENT HEIGHT SHALL BE LIMITED TO 45 FEET AND NO ACTIVITY WILL BE ALLOWED WITHIN 300 FEET OF RUNWAY 9/27 CENTERLINE ADDITIONALLY NO ACTIVITY WILL BE ALLOWED WITHIN AN ACTIVE TAXIWAY SAFETY AREA THE OWNER MAY CONSIDER EXCEPTIONS FOR SHORT DURATION ACTIVITIES ON A LIMITED BASIS SUBMIT REQUEST A miNIMUM OF 10 WORKING DAYS IN ADVANCE FOR OWNER'S CONSIDERATION 14 CONTRACTOR SHALL HOLD, AT A MINIMUM, WEEKLY CONSTRUCTION MEETINGS WHICH r,AAY INCLUDE REPRESENTATIVES FROM THE AIRPORT FBO'S CONTROL TOWER ARFF AND ENGINEER TO REVIEW SCHEDULE WORK AND SAFETY ISSUES IF A SAFETY ISSUE ARISES THE AIRPORT DIRECTOR OR ENGINEER MAY REQUIRE MORE FREQUENT MEETINGS ON-SITE INSPECTIONS OF PROJECT CONDITIONS VVILL BE P606001160 81 THE CONTRACTOR WITH THE AIRPORT OPERATOR THROUGHOUT THE DURATION 05 166 PROJECT ANY DEFICIENCIES FOUND SHALL BE CORRECTED IMMEDIATELY BY THE CONTRACTOR 1.5 THE CONTRACTOR SHALL HAVE, AT A MINIMUM, ONE PERSON ON SITE AT ALL TIMES WHO HAS HAD A 10 YEAR EMPLOYMENT BACKGROUND CHECK (SEE SPECIFICATIONS) 0480 CFR -1542 AND THE AIRPORT SECURITY PLAN AND HAS BEEN ISSUED A FINGERPRINT BASED AIRPORT SECURITY BADGE TO ACT AS ESCORT FOR THE CONTRACTOR'S PERSONNEL IT IS RECOMMENDED THAT THE CONTRACTOR HAVE ADDITIONAL SECURITY BADGE) INDIVIDUALS TO COVER CONTINGENCIES THE BADGED INDIVIDUAL(S, SHALL REMAIN WITH THE UNBADGED PERSONNEL AT ALL Tlr,AES THEY ARE IN THE AOA ACCESS TO THE SECURITY IDENTIFICATION DISPLAY AREAS (SIDA,, SHALL ONLY BE UNDER DIRECT ESCORT PROVIDED 87 16 OtANER OR A CONTRACTOR INDIVIDUAL WHO HAS MET THE ADDITIONAL REQUIREMENTS TO OBTAIN A SIDA SECURITY BADGE A CONTRACTOR'S SIDA BADGED INDIVIDUAL PROVIDING SIDA AREA ESCORT SHALL '(01 86 P60111160 10 PERFORM ANY WORK ACTIVITIES, NO EXCEPTIONS 16 THE CONTRACTOR SHALL PROVIDE CONTRACT SECURITY COMPANY PERSONNEL AT ALL DESIGNATED SECURITY ACCESS GATES AT ALL TRVIES DURING CONSTRUCTION ACTIVITIES THIS INDIVIDUAL SHALL VERIFY IDENTIFICATION OF AND APPROVE ALL ENTERING PERSONNEL TO BE ON THE PROJECT 17 EXISTING AIRPORT PAVEmENTS SHALL NOT BE USED AS HAUL ROUTES UNLESS SHOWN/NOTED ON THE PLANS AND/OR PRIOR PERMISSION HAS BEEN GRANTED BY THE AIRPORT AND THE ENGINEER 18 ALL EXCAVATIONS WITHIN RUNWAY OR TAXIWAY SAFETY AREAS SHALL BE BACKFILLED COMPACTED AND GRADED PRIOR TO OPENING THE RUNWAY OR TAXIWAY FOR OPERATIONS THE GRADING SHALL LEAVE NO POTENTIALLY HAZARDOUS RUTS HUMPS DEPRESSIONS, OR OTHER SURFACE VARIATIONS AS DETERMINED BY THE ENGINEER DEFINITIONS AIR OPERATIONS AREA (4 4) FOR THE PURPOSE OF THE SPECIFICATIONS AND AS NOTED ON THIS SAFETY PLAN, THE TERN1 AIR OPERATIONS AREA /AOA/ SHALL NIEAN ANY AREA OF THE AIRPORT USED OR INTENDED TO BE USED FOR LANDING, TAKEOFF OR SURFACE MANEUVERING OF AIRCRAFT AN AIR OPERATIONS AREA SHALL INCLUDE SUCH PAVED OR UNPAVED AREAS THAT ARE USED OR INTENDED TO BE USED FOR THE UNOBSTRUCTED MOVEMENT OF AIRCRAFT IN ADDITION TO ITS ASSOCIATED RUNWAY TAXIWAY APRON ROFA TOFA, RSA TSA AND RPZ OBJECT FREE AREA FRODMTOFA) AN AREA ON THE GROUND PROVIDED TO ENHANCE THE SAFETY OF AIRCRAFT OPERATIONS BY HAVNG THE AREA 006 05 OBJECTS SAFETY AREA (RSAJTSA) A DEFINED SURFACE ALONGSIDE THE RUNWAY OR TAXIWAY PREPARED OR SUITABLE FOR REDUCING THE RISK OF DAMAGE TO AIRCRAFT UNINTENTIONALLY DEPARTING THE RUNWAY OR TAXIVVAY RUNWAY PROTECTION ZONE MRPZ) AN AREA OFF THE RUNWAY END TO ENHANCE THE PROTECTION OF PEOPLE AND PROPERTY ON THE GROUND OBSTACLE FREE ZONE (OFZ) AIRSPACE ALONG RUNWAY THAT IS REQUIRED TO BE CLEAR OF An OBJECTS IN ORDER TO PROVIDE CLEARANCE PROTECTION FOR AIRCRAFT LANDING OR TAKING OFF REFER TO DETAILS ON THIS SHEET 61 HIGH VISHILITY CONSTRUCTION FENCE4' (ALL PHASES) INSTALL SECURITY SIGN. SEE -44 BETAIL A1, SHEET G-501 E0 6 6 CONTRACTOR STAGING AREA HIGH VISIBILITY CONSTRUCTION FENCr-44, (ALL PHASES), • 11-• 666. 6.6 666 6t66 666 '4'AIRPORT OFFICE, (0. 0/3 .31 • R.N.. • • ARFF EiE EMIT' I-••• BUILDING • • 9• 7)) HEM., r, 3/0 z fri tf: '.47: ig-. f..L.,,,, -._,. ..c..m.:...,,..z.4..4....:.: .... 71.: ,,; ,.. ,....,..,:c.v.i_ „IT RMINAE: IIH J • ..'Y'''''.; . • A MOM .. „ . - '- •! s--; Ei E- 9 „ E OVERALL PHASING PLAN REFER TO BAR SCALE GENERAL PHASING AND CONSTRUCTION SCHEDULE. 1 CONSTRUCTION SHALL NOT DELAY OR DIVERT ANY REGULARLY SCHEDULED COMMERCIAL AIR OPERATIONS UNLESS PREVIOUSLY APPROVED BY THE ENGINEER ANEVOR AIRPORT MANAGER THE CONTRACTOR SHALL CO1v1PLY WITH An LOCAL, STATE, AND FEDERAL LAWS AND REGULATIONS AND CONSTRUCTION PERMITS THAT ARE PERTINENT TO THIS VVORK THE CONTRACTOR SHALL PROCURE ALL PERMITS AND LICENSES PER SECTION 70-02 OF THE FAA GENERAL PROVISIONS 3 IF REQUIRED DURING A RUNWAY OR TAXIWAY CLOSURE. THE CONTRACTOR SHALL OBSERVE THE SAFETY AREAS OF ALL OPEN RUNWAYS AND TAXIWAYS WORK WITHIN THE SAFETY AREAS MAY BE PERMITTED ON A CASE BY CASE BASIS WITH APPROVAL OF THE DIRECTOR OF AIRPORTS AND ENGINEER 6 -Hs 7;2 0 100 200 SCALE IN FEET 4 PERSONNEL ARE NOT PERMITTED TO ENTER ANY ACTIVE RUNWAY OBJECT FREE ZONES OR SAFETY AREAS WITHOUT AIRPORT ESCORT WHEN PEWITTED TO WORK VVITHIN A SAFETY AREA LIMITS OF AN OPEN RUNWAY OR TAXIWAY THE CONTRACTOR MAY BE DIRECTED 81 160 ENGINEER OR AIRPORT PERSONNEL TO RELOCATE TO ANOTHER PART OF THE AIRPORT OPERATIONS AREA ,AOA ) OR VACATE FROM THE FENCED CONFINES OF THE AOA FOR ARRIVALS AND /OR DEPARTURES OF AIRCRAFT THE CONTRACTOR SHALL COMPLETE MS RELOCATION IN, OR VACATING OF THE AOA BY 10 MINUTES PRIOR TO THE ARRIVAL AND SHALL NOT REMOBILIZE 10 166 WORK AREA FOR 5 MINUTES FOLLOWING ANY ARRIVALS AND / OR DEPARTURE OF AIRCRAFT 5 AT ANYTIME, FOR EMERGENCY OPERATIONS, OR WHEN CONDITIONS NW( BE HAZARDOUS TO PUBLIC SAFETY AT THE DIRECTION OF THE ENGINEER OR AIRPORT DIRECTOR THE CONTRACTOR SHALL CEASE OPERATIONS AND VACATE THE AOA NO ADDITIONAL STANDBY TIMES WILL BE GRANTED OR PAID FOR THIS ITEM 6 ALL AREAS DISTURBED AS A RESULT OF THE CONTRACTOR'S STAGING AND CONSTRUCTION OPERATIONS SHALL BE RESTORED EQUAL TO 068ETTER THAN ORIGINAL CONDITION AT THE CONTRACTOR'S EXPENSE IN A TRAEL7 MANNER ANY UTILITIES REST ROOM FACILITIES, AND TEMPORARY 6/101/1/3 56/6 BE AT THE CONTRACTOR'S EXPENSE 7 THE CONTRACTOR SHALL FIELD VERIFY THE LOCATION AND ELEVATION OF An UTILITIES PRIOR TO THE START OF THE CONSTRUCTION IN THE EVENT OF DAMAGE TO EXISTING UTILITIES AND CABLES THE ENGINEER AND THE OWNER ARE TO BE NOTIFIED IMMEDIATELY THE CONTRACTOR SHALL REPAIR ANY DAMAGE TO UTILITIES AS DIRECTED BY THE ENGINEER INIMEDIATELY AT THE CONTRACTORS EXPENSE 8 STEEL PROTECTIVE PLATES SHALL BE PLACED ON ANY PM/EVENT EDGE CROSSINGS PRIOR TO STAGING AND CONSTRUCTION 1)2" MINIMUM PLATE THICKNESS BY 12 -FEET WIDE IS REQUIRED PLATES SHALL EXTEND BEYOND PAVEMENT A rAINIMUM OF 10 -FEET CONSTRUCT UNIFORM SLOPE AT SHOULDERS WHERE PLATES ARE PLACED 1011ATCH EXISTING PAVE/ 1ENT SLOPE ADDITIONAL CRUSHED AGGREGATE TOP COURSE MAY BE REQUIRED TO CONSTRUCT UNIFORM SHOULDER 8 THE CONTRACTOR SHALL CLEAN,MAINTAIN An PAVEMENT CROSSINGS BY BROOMING OR OTHER APPROVED METHODS AT 166 6/1 OF EACH WORK SHIFT AT A MINIMUM OR AS REQUIRED BY ENGINEER CLEANING EQUIPMENT SHALL BE AVAILABLE ON SITE AT ALL TIMES 10 WATER FOR CONSTRUCTION SHALL BE AT THE CONTRACTORS EXPENSE THE CONTRACTOR SHALL COORDINATE WITH THE CITY OF YAKIMA TO SETUP A METERED SOURCE THE CONTRACTOR SHALL PAY ALL FEES ASSOCIATED WITH 166 116160 AND WATER 11 AIRCRAFT OPERATING ON TAXIWAY A DURING THE PROJECT WILL BE RESTRICTED TO A WINGSPAN OF LESS THAN 118(ADG SAFETY AREA LIMITS ALL RUNWAY 5 - RUNWAY SAFETY AREA WIDTH 500 FT ALL RUNWAYS- RUNWAY OBJECT FREE AREA WIDTH ALL RUNWAYS - LENGTH BEYOND END OF RUNVVAY ALL TAXIWAYS - TAXIWAY OBJECT FREE AREA WIDTH 800 FT 1 000 FT 186 FT ALL TAXIWAYS - TAXIWAY SAFETY AREA WIDTH 118 FT 250 FT ON BoTH SIDES OF RUNVVAY MEASURED FROM RUNWAY CENTERLINE 2 58 FT ON BOTH SIDES OF TAXIWAY MEASURED FROr4ITAXIV5AY CENTERLINE LEGEND E 1 P H1L-,H 1_ H L 1 -1Th IEEHIIET1- 1 EH PE H, I O 6 Know.lufs WM. CM Mae y6./ aft 1 (800) 849-2476 CALL 2 BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE HARKING OF UNDERGROUND MEMBER UTILITIES (JUB) J -U -B ENGINEERS, INC. Z a) —> ;=, 0-).< o CL) w 7' c, < w co (5 2 f 0_ 3 up 08 RI RI 08 y.0 E EE (0 Lo co 0 YYr o E• S IR 8) 6, I- 0 ° _1 Ill LLI LT_ CC 07(07 CC o_(07 LLI 1— Z o Cf) 0 6 II— co z © _i o a =1 c, 1>_- . r:T3 a w _1< •Tr <i up Z Lu Y _I 6 cc CC Z 6 Lu L6 z I -u 0 cc < < z M CD c u_ 1— CL <C/) ›.- LU 19-9996 ec L RYYRI BY 88 871,1 y Jr I N SHEET NUMBER G-102 0 a 0 ES o a. FilGH VISIBILITY --CON1,ST.R6CTION FENCE g--„3 :544 WEST GA APRON PHASE 1 REFER TO BAR SCALE LEGEND CHANNELIZATION CONES — — — LOW PROFILE BARRICADES ; I iy ONTRACTOR ',—ACCESS GATE i* 456. tigg, re: .. • ett, •* rON AVE r11,11). ,, • 0••••00. 7°- 72•11RPORT OFFICE MAINTAIN CLEAR ACCESS TO CENTER BAY OF ARFF BUILDING AT ALL TIMES HIGH VISIBILITY CONSTRUCTION FENCE HAUL ROUTE ARFF ACCESS R,DUTE (KEEP CLEAR AT ALL TIMES) PHASE 1 WORK AREA SIDA CONTRACTOR STAGING AND MOBILIZATION AREA SECURITY ACCESS GUARD PHASE 1 GENERAL NOTES 1 RUNWAY 9/27 WILL REMAIN OPEN DURING ALL PHASES i 11 =FA MOM MN •8 sip • '• p• • • • 44• • • 5' • • • 0".':4'.**1.,• , 52 4 4.USSIS • 011011 • NEM SONN FB 0 . LOW PROFILE BARRICADES 2 ALL CONSTRUCTION OPERATIONS SHALL REMAIN WITHIN BARRICADE, CONES, AND CONSTRUCTION FENCE LIMITS 3 HAUL ROUTES SHALL BE CLEARLY MARKED TO THE SATISFACTION OF THE ENGINEER CONTRACTOR PERSONNEL AND EQUIPMENT SHALL NOT DEVIATE FROM THE DESI,3NATED HAUL ROUTES ALL CONTRACTOR TRAFFIC WILL YIELD TO AIRCRAFT 4 THE CONTRACTOR IS ALLOWED 25 WORKING DAYS TO COMPLETE PHASE 1 SAFETY NOTES AND REQUIREMENTS 1 SEE NOTES ON SHEET G-102 SAFETY AREA LIMITS ALL RUNWAYS - RUNWAY SAFETY AREA WIDTH ALL RUNWAY S - RUNWAY OBJECT FREE AREA WIDTH 500 FT 900 FT ALL RUNWAY 5 - LENGTH BEYOND END OF RUNWAY I 000 FT ALL TAXIWAYS - TAXIWAY OBJECT FREE AREA WIDTH ALL TAXIWAYS - TAXIWAY SAFETY AREA IAIIDTH 188 FT 118 FT 1 250 FT ON BOTH SIDES OF RUNWAY MEASURED FROM RUNWAY CENTERLINE 2 59 FT ON BOTH SIDES OF TAXIWAY MEASURED FROM TAX WAY CENTERLINE r 50 100 SCALE IN FEET 811 Imlay Cal Woe 1.0. 1 (800) 849-2476 CALL 2 BUSINESS OATS IN ADVANCE BEFORE YOU DIG. GRADE. OR EXCAVATE FOR TNE MARKING OF UNDERGROUND MEMBER UTILITIES (JUB OU -B ENGINEERS, INC. ;r•J 5 134 DSC: CD I -U L1J Et Et_ LLI Z 1— CJ)O <1< co < < ZLAJ Z LJJcc0 CC a_ < < 2 I— < Ci) co 05 05 Z 05< SAN 'Y ,1 N I L IF • •0 ;1 5- 0010, 10•0 000 •,20[ SHEET NUMBER G-103 i CONTRACTOR ACCESS GATE AIRPORT OFFICE ARFF BUILDING , MAINTAIN CLEAR ACCESS TO EAST BAY OF ARFF BUILDING {iT ,ALL TIMES HIGH VISIBILITY CONSTRUCTION FENCE LOW PROFILE' BARRICADES WEST GA APRON PHASE 2 REFER TO BAR SCALE LEGEND CHANNELIZATION CONES — — — LOW PROFILE BARRICADES 0 0 HIGH VISIBILITY CONSTRUCTION FENCE HAUL ROUTE ARFF ACCESS ROUTE (KEEP CLEAR AT ALL TIMES) PHASE 2 WORK AREA SIDA CONTRACTOR STAGING AND MOBILIZATION AREA SECURITY ACCESS GUARD PHASE 2 GENERAL NOTES 1 RUNWAY 9/27 WILL REMAIN OPEN DURING ALL PHASES 2 ALL CONSTRUCTION OPERATIONS SHALL REMAIN WITHIN BARRICADE AND CONSTRUCTION FENCE LIMITS HAUL ROUTES SHALL BE CLEARLY MARKED TO THE SATISFACTION OF THE ENGINEER CONTRACTOR PERSONNEL AND EQUIPMENT SHALL NOT DEVIATE FROM THE DESIGNATED HAUL ROUTES ALL CONTRACTOR TRAFFIC WILL YIELD TO AIRCRAFT 4 THE CONTRACTOR IS ALLOWED 25 WORKING DAYS TO COMPLETE PHASE 2 SAFETY NOTES AND REQUIREMENTS 1 SEE NOTES ON SHEET G-102 SAFETY AREA LIMITS ALL RUNWAYS- RUNWAY SAFETY AREA WIDTH 500 FT ALL RUNWAY S - RUNWAY OBJECT FREE AREA WIDTH 800 FT ALL RUNWAYS - LENGTH BEYOND END DF RUNWAY 1,000 FT ALL TAXIWAYS - TAXIWAY OBJECT FREE AREA WIDTH 186 FT ALL TAXIWAYS - TAXIWAY SAFETY AREA WIDTH 118 FT 1 250 FT ON BOTH SIDES OF RUNWAY MEASURED FROM RUNWAY CENTERLINE 2 59 FT ON BOTH SIDES OF TAXIWAY MEASURED FROM TAXIWAY CENTERLINE 0 f 50 SCALE IN FEET 100 811 Cal balm ywa4 1 (800) 849-2476 CALL 2 BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE. OR EXCAVATE FOR TNE MARKING OF UNDERGROUND P.IEP.IDER UTILITIES %PUB, 1 -U -B ENGINEERS, INC. U Z > o U7 Q wm W i Q z a) (.7 D'.= cu co W N s QJ71- 0 r-- ti(0 as 0- E of, o CO o H CD J W W LT_CC CC d w U)O J J Q U � J m J < Z LAJ �z W CC a Q Q Q i- < U) > W 02 0 oz o < J � d .H':,,K=L ' Y M',N AI Lnlr_,0 dN� c;n n- FrINO„Y Lnc- =17A117 SHEET rti v SHEET NUMBER G-104 Construction Safety Phasing Plan West GA Apron Rehabilitation Appendix B: FAA 7460 Forms Paperwork Reduction Act Statement: This information is collected to process obstruction data that is critical to flight safety and is not confidential Providing this information is mandatory for anyone proposing construction or alteration that meets or exceeds the criteria contained in 14 CFR, part 77 We estimate that the burden of this collection is an average 15 minutes per response, including the time for renewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and renewing the collection of information A federal agency may not conduct or sponsor and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number The OMB control number associated with this collection is 2120-0001 Comments concerning the accuracy of this burden and suggestions for reducing the burden should be directed to the FAA at 800 Independence Ave SW, Washington, DC 20591, Attn Information Collection Clearance Officer AES -200 Form Approved OMB No. 2120-0001 Expiration Date: 10/31/2017 SUPPLEMENTAL NOTICE Submission Instructions: For Advance Notice of Actual Construction or Alteration. Complete items 1, 2, 3A (1), 3A(2), Aeronautical Study No. and 6 If applicable, also complete items 4 and 5 Detach Part 1 Fold and tape at bottom. Mail to the FAA Regional Office for your area. Part 1A is provided for your file Notice of Actual Construction or Alteration (Pie ase Type or Print on this Form) U S Department of Transportation Federal Aviation Administration 1. Construction A. Type and Description of Construction • New • Alteration B. Owner of Structure 2. Construction Location -- Height A. Coordina o es (To hundredths Latitude f t of seconds, l n f known) I o Longitude f t l n B. Location (City, State, include Street Address if any) C Construction Heights Site Elevation Ft. AMSL Structure Height Ft. AGL Total Height (Structure & Site) Above Mean Sea Level Ft. AMSL D Site Elevation Determined By • Actual Survey • USGS 7.5' Quad Chart ■ Other (Specify) E Reference datum of coordinates • NAD 27 • NAD 83 • Other (Specify) F Name of Nearest Public -Use or Military Airport (include Distance and Direction from the Airport) 3. Construction Notifications A. Notification Date B. Construction/Project Date (1) Project Abandoned (2) Estimated Completion (2) Construction Dismantled 4. Marking and Lighting A. Marked • Yes • No • Temporary B Lighted • Medium Intensity White • High Intensity White ■ Red ■ Dual (Medium Intensity ■ Dual (High Intensity • None White & Red) White & Red) 5. Antenna Requiring FCC License A. Call Sign B Frequency C Date Applied for FCC Construction Permit D Date Construction Permit Issued 6. Preparer's Certification Submitted by' (If submitted by a proponent's representative, please also complete item B.) A. Proponent's Representative Name: Address: Tel. No. (Include Area Code) B. Construction Proponent Name: Address: Tel. No. (Include Area Code) I hereby certify that the information provided is true, complete, and correct to the best of my knowledge. Signature Title Date Notice is required by 14 Code of Federal Regulations, part 77 pursuant to 49 U S C , Section 44718 Persons who knowingly and willingly violate the notice requirements of part 77 are subject to a civil penalty of $1,000 per day until the notice is received, pursuant to 49 U & C , Section 46301(a). FAA Form 7460-2 (7-98) SUPERSEDES PREVIOUS EDITION Part 1 APPENDIX B - GEOTECHNICAL REPORT Yakima Air Terminal General Aviation Apron Prepared for: Tim Ike, PE J -U -B Engineers 422 W. Riverside Suite 304 Spokane, WA 99201 Prepared by: BUDINGER & ASSOCIATES, INC. John Finnegan, PE, LHG Geotechnical Engineer, Principal Budinger & Associates BAI Project Number: S17533 Date: May 14, 2018 CONTENTS CONTEXT 1 Project Considerations 1 Location 1 Scope 1 ENCOUNTERED CONDITIONS 2 Geologic Setting and USDA Soil Mapping 2 Surface Conditions 3 Subsurface Conditions 3 CONCLUSIONS 5 RECOMMENDATIONS 6 Earthivork 6 Stormivater Drainage 6 Additional Services 6 FIELD EXPLORATION 7 Test Borings 7 Soil Samples 7 Classification 7 Location 7 LABORATORY ANALYSIS 8 Index Parameters 8 Physical Parameters 9 LIMITATIONS 9 REFERENCES 9 EMBEDDED TABLES Table 1: Surface, Base & Subbase Section Thicknesses 4 ATTACHED FIGURES Figure 1: Vicinity Map Figures 2-1 to 2-2: Site Plans Figure 3: Guide to Soil & Rock Descriptions Figures 4-1 to 4-10 Test Boring Logs Figures 5-1 to 5-20: DCPT Logs Figures 6-1 to 6-3: Asphalt Core Photographs Figure 7: Laboratory Summary Figures 8-1 to 8-2: Grain Size Distribution Results Figures 9-1 to 9-4: California Bearing Ratio Test Results Figures 10-1 to 10-3: Compaction Curves Appendix I: ASFE - Important Information about Your Geotechnical Report Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction ilIaterials Testing & Special Inspection S17533 Yakima _-lir Terminal General _Aviation Apron — Geotechnical Exploration and _Analysis Report CONTEXT This report presents the results of a geotechnical exploration and analysis required for the rehabilitation of the general aviation apron at the Yakima Airport Our work was contracted with J -U -B Engineers, Inc and coordinated through Tim Ike, PE Project Considerations The project will involve rehabilitation of the general aviation apron. Stormwater improvements may be required as part of the airport stormwater discharge permit. Geotechnical evaluation is needed to provide information on the existing pavement materials and provide appropnate geotechnical parameters for design. J -U -B will complete the pavement thickness evaluation based on the results of this geotechnical report. Location The site is in the south area of the City, bordered by S.28tl Avenue to the west and W Washington Avenue to the north. The general aviation apron is immediately west of the commercial airline terminal The location of the site is illustrated in the Vicinity Map and Site Plan Scope This geotechnical study involved interpretation of subsurface soil conditions to provide conclusions addressing the suitability of the site to support the proposed rehabilitation and provide geotechnical parameters required for others to design and construct. We endeavored to conduct these services in accordance with generally accepted geotechnical engmeenng practices as outlined in the proposal, S-1733, dated December 5, 2017 Relevant design standards mclude the following FAA Advisory Circulars 15O/5320 -6F and 5370- 1OG As proposed, the following scope was completed. Mark the exploration locations in the field with paint on the apron surface, if clear of snow If winter snow conditions are anticipated to prevail, use pins with pink tail markings driven into the pavement surface Notifi; the "One Call- utility locate service After two days, review the markings placed in the field and communicate with individual utility purveyors, as necessary, to confirm locates have been properly completed Adjust exploration locations to avoid marked utilities, as appropriate Advance 10 evenly -spaced test borings within the hard surfaced apron Determine the existing pavement thickness and type of materials Immediate below the existing pavement and base course, conduct a dynamic cone penetration test (DCP) to an approximate depth of 30 inches Advance the test borings to a minimum depth of 10 feet and maximum of 15 feet Conduct penetration resistance testing and split -spoon sampling at 5 -foot maximum intervals Backfill the test boring as described in Work Restraints Core drill the runway at 10 locations in addition to the ten test borings, evenly spaced within the apron and from the other test borings Determine the existing pavement thicknesses and material Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction ilIaterials Testing & Special Inspection 1 S17533 Yakima _-lir Terminal General _Aviation Apron — Geotechnical Exploration and _Analysis Report types Conduct DCP testing below the existing base course to a depth of 30 inches Provide color photographs of the cores To collect samples suitable for 3 -point CBR testing, a large 16 -inch diameter core and excavation below it will be required The plan will be to advance all ten locations with a small 4 -inch diameter core and afterwards select from those 10 locations the 3 that will be cored to a larger diameter and sampled Using the soils removed from the test pits, provide a total of 3 laboratory 3 point CBR tests Conduct a total of 3 modified proctor tests, in accordance with ASTMD1557 Determine the unified soil classification system designation and the AASHTO soil type, which requires including the 0 02 millimeter sieve in gradation analyses Provide a written report documenting the exploration activities and test results Provide a characterization of the subsurface conditions, including the existing pavement layers and native soil layers Provide recommendations for subgrade preparation, including over -excavation due to unsuitable soils, if required Provide geotechnical criteria for stormwater design Construction inherently entails nsk and this project is not an exception. The purpose of this study is to reduce nsks related to subjects in our scope to levels generally accepted for similar projects designed with the benefit of similar geotechnical study ENCOUNTERED CONDITIONS Geologic Setting and USDA Soil Mapping The Yakima Air Terminal is located at the western margin of the Columbia Plateau and in the Yakima Fold Belt subprovince The study area is bound by east to west trending anticlinal ndges including the Yakima Ridge to the north and the Ahtanum Ridge to the south. The s`nclme between the ndges provides the setting for the Yakima Valley Basalt outcrops are most common in the area with interweaving deposits of the Ellensburg Formation. Geologic mapping of this area shows Holocene alluvial deposits (Oas) overlying the Pliocene and Miocene Ellensburg Formation Undifferentiated O and basalt flows of the Union Gap Fenchman Spnngs Member (Tfiu) The Oas unit is described as `ALLUVIUM, sidestream facies - Stream deposits of silt, sand, and gravel dominantly of basaltic composition, largely confined to valley bottoms, may include local lacustrine, paludal, and eolian deposits in depressions deposited by tributaries of the Yakima River" (WSDNR, 1983) The Ellensburg Formation Undiferentiated Tem unit is described as "FORMATION UNDIFFERENTIATED — Gravel, sand, silt, and clay - white to light reddish -brown, weakly to moderately indurated fluvial and laharic deposits, dominated by pumiceous, dacitic, andesitic, and basaltic clasts, grades downward into thin units of fluvial sand and clay, locally pebbly sand, with mixed volcanic clasts and local hyaloclastic units, base defined as the top of the lowermost flow of the Columbia River Basalt Group, but the unit includes all conformably underlying sediments of similar lithology beyond the lowermost Columbia River basalt flow pinch -out; top of unit defined as below Thorp Gravel or other PliocenePleistocene units, to the east intertongues with flows of the Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection 2 S17533 Yakima _-lir Terminal General _Aviation Apron — Geotechnical Exploration and _Analysis Report Yakima Basalt Subgroup " (WSDNR, 1983) The Union Gap Frenchman Spnngs Member Tfii unit is described as "Flows of Union Gap, Frenchman Springs Member - Fresh exposures are gray -black; weathers gray to reddish -gray, fine- to medium -grained, colonnade with 1 5-2 0 m diameter columns and locally pillowed base, some flows have hackly entablature (WSNDR, 1983) Soil types at the site, as mapped by the USDA Web Soil Survey, consist of Umapine silt loam, drained, 0 to 2 percent slopes The AASHTO group classification for surface soils is A-4 (AASHTO M145-82) Surface Conditions The site is relatively level, sloping gently towards the east/southeast at approximately 0.5 percent. Total relief across the site is approximately 4 feet with the highest elevation (1069 feet) occurring in the northwest corner and the lowest elevation (1065 feet) in the southeast corner The surface is paved with asphalt that has become cracked and weathered. The distances between asphalt discontinuities range from 8 to 50 feet and average approximately 30 feet. Subsurface Conditions Conditions encountered in the bonngs are described in the Test Boring Logs in accordance with methods described in Field Exploration The following groups of subsurface matenals were differentiated based on characteristics relevant to this project: surface, base, and subbase Log symbols The bonngs encountered hot mix asphalt pavement at thickness ranging from 2 to 15 inches and averaging 3 inches Measurements are summarized in Table 1 below Positioned below the asphalt was crushed surfacing material consisting of Gravel and Sand which ranged in thickness from 7 to 20 inches and averaged 12 Most of the bonngs encountered additional subbase matenal in the form of fine silty sand with gravel and cobbles positioned below the asphalt structural section and on top of the native fine sandy silt. It may represent a zone of improved subgrade when aggregate was compacted into low strength soils, while also grading the surface DCP tests were performed directly below the asphalt in each core and bonng and advanced into the base and subbase sections Results are illustrated in the DCP Logs Base and subbase samples were testing for conformance with P-208 and P-154 specifications, respectively P-208 Base. The average thickness was 10 inches or greater For samples tested, the base meets P- 208 specifications by previous limit on percent passing the US No 200 sieve of 0 to 8 percent, but no the revised standard in 5370-1OG of 0 to 5 percent. Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection S'17533 Yakima _-lir Terminal General _Aviation Apron — Geotechnical Exploration and _Analysis Report P-154 Subbase. The average thickness was 8-1/2 inches or greater The subbase meets P-154 specifications also by previous limit for the same component (passing US No 200 sieve), but not the revised standard. Table 1. AC Surface, Base P-208 & Subbase P-154 Section Thicknesses Boring 1701 1702 1703 1704 1705 1706 1707 1708 1709 1710 AC (in) 3 3 4 15 3 3 3 3 3.5 8.5 P-208 Base (in) 10 10 8 18 10 10 10 10 10 20.5 P-154 Subbase (in) 4 7 10 N, A* 17 4 17 4 4.5 N, A* Total Thickness 17 20 22 33 30 17 30 17 18 29 Core 1711 1712 1713 1714 1715 1716 1717 1718 1719 1720 AC (in) 3 3 3 3 2 3.5 3.5 4.5 4.5 5 P-208 Base (in) 9 7 9 13 10 11 11 19.5 19.5 17 P-154 Subbase (in) 6 4 12 12 8 N, A 13 N, A 2 6 Total Thickness 18 14 24 28 20 14.5 27.5 24 26 28 NA =subbase fill material not observed. Native soils consisting of stratified silt, clay, and gravel were encountered in the bonngs positioned below the fill and extending to depths of at least 16 feet BGS fine sandy silt Log symbol Fine sandy silt was observed in the borings positioned directly below the fill and extended to depths ranging from 7 to 11 feet BGS Its condition was generally loose CBR values ranged from 2 to 50 Moisture content ranged from 29 to 44 percent for two samples tested. Plastic and liquid limits (PL and LL) were found to be 29 and 35 percent, respectively, for one sample that tested as slightly plastic Other samples tested as non -plastic clan Log symbol Clay was encountered below the fine sandy silt in 8 of the 10 bonngs It was 5.5 feet thick in bonng 1708 (B-1708) between the fine silty sand and underlying gravel Moisture content, for one representative sample tested, was 44 percent with PL and LL of 25 and 45 percent, respectively The Frost Group is FG -3 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection 4 S'17533 Yakima _-lir Terminal General _Aviation Apron — Geotechnical Exploration and _Analysis Report GSSC Log symbol Gravel with silt, sand, and cobbles was observed in bonngs B-1701, B-1703, and B-1708 beginning at depths of 11 to 13 feet and extending greater than 16 feet BGS Its condition was wet and very dense The Frost Group is FG -1 Surface and Groundwater Hydrology Surface waters were not observed on site at the time of exploration. Surface water is present near the site at Wide Hollow Creek, Spnng Creek, and Bachelor Creek with surface water elevations of 1068, 1070, and 1063, respectively Portions of each creek are within approximately '/2 -mile of the site and consistent with meandenng stream channel patterns Groundwater surfaces were encountered in the test borings ranging in depth from 7 to 8 feet BGS A review of local well logs through the WSDOE show the depth to groundwater at approximately 6 to 10 feet BGS CONCLUSIONS The subgrade is variably weak and of high capillarity Laboratory CBR results ranged from 2 to 50 However, we conclude that an appropriate design value is 5, consistent with DCP results For these soils, laboratory CBR results may tend to over -state the strength due to the required blows per lift producing more compaction than exists in-situ. Groundwater was encountered in the bonngs beginning approximately 7 to 8 feet BGS Due to the relatively shallow depth to groundwater, conventional subsurface stormwater infiltration structures such as drvwells are not feasible High capillanty is anticipated. Dunng earthwork operations, fine-grained soils may develop excess pore water pressure, resulting in "pumping" and equipment mobility may be inhibited by saturated surface conditions For gnndmg and overlay to rehabilitate the existing pavement, use of a paving fabnc will impede the progression of reflective cracking. Depth of frost was evaluated by use of US Army Corps of Engineers PCASE software We conclude that the appropnate design frost depth is 33 inches By comparison, Spokane is 31 inches, Wilson Creek, 33 inches, and Wenatchee is 35 inches Three options to address the subgrade strength and stability issues are 1 Raise grades An elevated apron surface will provide increased separation from the fine sandy silt layer and groundwater This can be achieved with an overlay 2 Full -depth recycling with cement (FDR/C) FDR/C can recycle the existing surfacing and base into a uniform granular layer Mixing with cement creates a stabilized layer of greater strength. It avoids exposing the fine silty sand layer Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection S17533 Yakima _-lir Terminal General _Aviation Apron — Geotechnical Exploration and _Analysis Report 3 Separation and stabilization geos`nthetic A strong stabilization geos`nthetic, such as Mirafi Rs3801 can provide a strong surface controlling lateral displacements that result in ruts and softening in the subgrade RECOMMENDATIONS The recommended approach is an overlay to add strength to the pavement structure without potentially compromising subgrade stability by excavating. After gnnding to prepare the existing surface, we recommend placing a paving fabric at the base of the new overlay to reduce the potential for reflective cracking Based on the existing groundwater levels 7 to 8 feet below the ground surface, no pavement drains are recommended, as they would not be expected to intercept groundwater at the bottom of the pavement structure The recommendations presented throughout this chapter are intended to provide economically feasible cntena at normally accepted nsk levels Earthivork Excavation. Remove and stockpile existing base and subbase matenals While deep excavations are not anticipated, if excavation extends, such as for utility improvement, into the capillary zone or groundwater, dewatering will be required. Protection of subgrade Following compaction of subgrade, protect surfaces from degradation during inclement weather Protection measures include erosion control maintenance, preventing tracking soil and rock offsite, and preventing driving on wet subgrade soil Reduce frost penetration in freezing weather by leaving surfaces of soil un -compacted if left for extended duration. Stornnvater Drainage Conventional disposal structures such as drywells are not feasible due to the presence of shallow groundwater We do not recommend infiltrating below the apron due to tendency to weaken the fine sandy silt subgrade The Eastern Washington Stormwater Manual allows use of permeable ditches to contribute to stormwater disposal The recommended preliminary design infiltration rate below ditches is 2 inches per hour Final design rates should be based on subgrade infiltration testing if this method is selected. We recommend grading surfaces to allow positive drainage away from structures and pavements Roof and parking lot runoff should be collected and disposed such that water is not allowed to accumulate near the structure or pavements Additional Services Effective geotechnical services involve cooperation with the owner, designer, and constructor as follows 1 Preliminary study to assist m planning and to economically adapt the project to its geologic Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection S17533 Yakima _-lir Terminal General _Aviation Apron — Geotechnical Exploration and _Analysis Report environment. 2 Exploration and analysis to charactenze subsurface conditions and recommend design crrtena. 3 Consultation with the designer to adapt the specific design to the site in accordance with the recommendations 4 Construction observation to verify the conditions encountered and to make recommendations for modifications as necessary 5 Construction material testing, quality control, and special inspection. This report satisfies Item 2 of the 5 -phase endeavor We are eager to provide assistance with design and construction as appropnate in an effort to complete a safe and economical project. FIELD EXPLORATION The fieldwork was conducted by exploration professional Ethan Hageman and supervised by geotechnical engineer John Finnegan, PE, on December 12 and 13 of 2017 The field activities generally consisted of the following • Reconnaissance of the site and surrounding area, • Logging subsurface conditions for 10 test borings, • Core dnlling and logging pavement and fill matenal thicknesses at 10 additional locations, • Conducting DCP tests at bonng and conng locations, and • Obtaining split -spoon and bulk samples of the soils Results are presented in Figures Test Borings Test bonngs were dnlled with a truck mounted Mobile B-57 dnll ng utilizing 4.5 -inch outside diameter air rotary overburden system at the proposed locations as illustrated in the Site Plan Soil Samples Samples were obtained by driving split -spoon samplers through the dnll casing. Standard penetration tests - ASTM D 1586. To obtain samples of soil, Standard Penetration Tests (SPT) were conducted by driving a 2 -inch outside diameter split -spoon sampler with a 140 - pound hammer actuated by an automatic hammer to provide a test of penetration resistance The resulting blow count for each foot of sampler advancement, representing uncorrected SPT N - values, is presented in the Test Boring Logs 3 -inch split spoon samples (3"SS) - ASTM D 3550. Split spoon samples were also obtained with a 3 0 -inch outside by 2 4 -inch inside diameter split spoon barrel sampler Blow counts with the 3"SS do not represent SPT N -values since the end area of the 3 -inch sampler is approximately twice that of the standard sampler Classification Field descriptions of soils and rock were completed in accordance with the current version of the Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction ilIaterials Testing & Special Inspection 7 S17533 Yakima _-lir Terminal General _Aviation Apron — Geotechnical Exploration and _Analysis Report Washington State Department of Transportation, Geotechnical Design Manual (GDM), M 46-03, except that fines (silt and clay) were described in accordance with ASTM D 2487 Whereas, the GDM uses the terms 'silty' and 'clayey' to describe a very broad range of fines from 10 to 49 percent, ASTMD 2487 uses those terms for percentages greater than 12 and the term 'with' for fines ranging from 5 to 12 percent, which is typically necessary to describe variations relevant to soil permeability per the S'RSM A key to the descriptions is provided in Guide to Soil and Rock Descriptions Location Horizontal & vertical control. The Site Plan was based on measured offsets from existing site features at the time of exploration. Horizontal and vertical locations can be considered accurate to within -foot and 1 -foot, respectively, relative to the information provided. LABORATOR YANALYSIS Laboratory testing was performed on representative samples of the soils encountered to provide data used in our assessment of soil characteristics Tests were conducted, where practical, in accordance with nationally recognized standards (ASTM, AASHTO, etc ), which are intended to model in-situ soil conditions and behavior The results are presented m Tables and Figures Index Parameters Moisture content — ASTM D2216. Moisture contents were determined by direct weight proportion (weight of water/weight of dry soil) determined by drying soil samples in an oven until reaching constant weight. Gradation — ASTM D6913. Gradation analysis was performed by the mechanical sieve method. The mechanical sieve method is utilized to determine particle size distribution based upon the dry weight of sample passing through sieves of varying mesh sizes The results of gradation are provided on the attached Grain Size Distribution Results Atterberg Limits — ASTM D4318. Atterberg limits describe the properties of a soil's fine-grained constituents by relating the water content to the soil's limits of engineering behavior As the water content increases, the state of the soil changes from a brittle solid to a plastic solid and then to a viscous liquid. The LL is the water content above which the soil tends to behave as a viscous liquid. Similarly, the plastic limit PL is defined as the water content below which the soil tends to behave as a brittle solid. The plasticity index describes the range of water content over which a soil is plastic and is derived by subtracting the PL from the LL The soil is classified as "non -plastic" if rolling a 1/8 - inch bead is not possible at any water content. Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction ilIaterials Testing & Special Inspection S'17533 Yakima _-lir Terminal General _Aviation Apron – Geotechnical Exploration and _Analysis Report Physical Parameters Maximum Density/Optimum Moisture – ASTM D-1557. The maximum density and optimum moisture content were determined by the Modified Proctor Method which relates density_ to moisture content under a controlled and equivalent compactive effort. California Bearing Ratio – 3 Point – ASTM D-1883. Three-point California Bearing Ratio (CBR) tests were performed for subgrade samples below the plate load tests The CBR was determined by evaluating the relationship of penetration versus load of a hydraulically actuated piston penetrating the compacted surface for samples prepared at varying percentages of maximum density The ratio is determined by comparing the load/penetration curve to that of clean, crushed gravel The plots provided include CBR value varying with percent compaction. These plots can be used to select subgrade CBR design values based on in-situ or design degrees of compaction. LIMITATIONS The conclusions and recommendations presented herein are based upon the results of field explorations and laboratory testing results They are predicated upon our understanding of the project, its design, and its location as defined in by the client. We endeavored to conduct this study in accordance with generally accepted geotechnical engineering practices in this area. This report presents our professional interpretation of exploration data developed, which we believe meets the standards of the geotechnical profession in this area, we make no other warranties, express or implied. Attached is a document titled 'Important Information About Your Geotechnical Engineering Report," which we recommend you review carefully to better understand the context within which these services were completed. Unless test locations are specified by others or limited by accessibility, the scope of analysis is intended to develop data from a representative portion of the site However, the areas tested are discreet. Interpolation between these discreet locations is made for illustrative purposes only, but should be expected to vary If a greater level of detail is desired, the client should request an increased scope of exploration. REFERENCES Natural Resources Conservation Service (NRCS), Unite d States Department of Agriculture Web Soil Survey Available online at https.//websoilsurvey.sc.egov.usda.gov/App/HomePage.htm. USGS, US Seismic Design Maps Web Application, http.Ilgeohazards.usgs. gov/designmaps/us/application.php Washington Department of Natural Resources (WSDNR), Geologic Map of the Yakima Quadrangle, Yakima County, Washington, R.D Bentley, and N.P Campbell, 1983 Washington Division of Geology and Earth Resources OPEN FILE REPORT 2004-20, Liquefaction Susceptibility and Site Class Maps of Washington State, By County, Map 39A— Yakima County Liquefaction Susceptibility, Sheet 77 of 78 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection S'17533 Yakima _-lir Terminal General _Aviation Apron — Geotechnical Exploration and _Analysis Report Washington State Department of Ecology, Well Report Viewer Application, available online at https. //fortress.wa.gov/ecy/waterresource s/map/WCLSWebMap/ Washington State Department of Natural Resources (WSDNR), Washington Lidar Portal Interactive Map Available online at http.//lidarportal.dnr.wa.gov Washington State Department of Natural Resources (WSDNR), Washington State Geologic Survey Washington State Interactive Map Available online at http.//geoloRyportal.dnr.wa.gov Washington State Department of Transportation, 2015, Geotechnical Design Manual Environmental and Engmeenng Programs, Publication M 46-03 11 Washington State Department of Ecology, Stormwater Management Manual for Eastern Washington, Publication Number 04-10-076, 715 p, (SMMEW, 2004) Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection 10 t.”1,;tali kyggrton 4.7"Chy '44 .4 •• go: \ $. I-, . „4: :- • : 4 !•,.. ::: iim 8,44;,,,44:•,. , li 4,,,,,,..-.4.4 4:4.— 4,-----...„-----::4-- 4• ,- .. • 0' • ! .- — .1; 'i , : . , ,...T4. • A 4*, ei,, ..:, ... ,:•• i , , ;.. ...,..i., 1.1... '''''''•i;'....'''1•;•••ti, L • : ,,, **. , . r• i. • 1 ---.'* :: . • r ... v. -.--4,.. ••• : -4 •4:„.. "1 .. .• :: .., 3 4 4i T , : r : $ •••c, --,:$44.4,i $ , • •;*: $ ,.. s i.. A. A... A .; $.—J* --- **....1, .,41.1„,-::::::„ i411. : -41 1.4.: 11. . . . , • ; 1.• .0.4 ---,••••••-•44'' 4 1 ...,,,f.44:1 • ;;....,........E. „4:, • ' . $1 • ,,P *•• **4 •• •:$;:i i: $,,,,, t i : ; ; A ; ;..... , *.• : A , $ $ A N.:, A **J l' **,*•; , P3 ;$ : .1 ..‘: i. 0; •1 • " '1i • i .1. $ 4. i. 1, ' -• **1— t.•':i:'T•'11''•'"•••''''.11 l'.. 1 •••,:*: P.• ; i; ;At •:. I. \:1 g • A . :: •„ — 4 • f. r .i.44 rAl. yo,kinii „..::,yA4ki...,;„: ....i. i. ..., .t. ' ' ...$ l'A• ,-• ^ •;4$0,10$$i*A,•••-,4•$$A li A ;4„ .. ; 3 i t• ' ‘A; $ :; $A, • $ A 1 • ',`. 1 ..444 i... * ti *1 44).. 4: : . „,„4, 't,': .. -• ::. $ IA I A . A . - 1 1••• •••,:o „„44,4 •• • It t A 44,43;•-•.$. . r 11 : • --14-• "1: ,i}i$WE4 • 4 , A, • $ -41 •,' : „ A • ' ' /r\ • %T. • T AM/AA R FA.SE It 1' A 711"),.4 „ :•::t::: -r•-:, ,.• f,ctiirei .„ ° i •.; $..a•vary:.• , 4._--,,,g1,— --4. : ” T4,• i - ::; • 1 # :* AAA - -A ; I :.• AA, • ° *A' - •..! ...' , ! d. . ',AL!, g „ 1 •:Selwx): ;, 4 • = 4. • ; • • AT .11 A $$$'•AA $ ::t„ ;i: . • I 4 , • :. 41.14,0:14 N Bar.h CLOT • • ;‚- „g•-•••-- . e " • AIRFOT t • ; I; A;4Y • • PAL': 4444 A h -t Rol:NE:A it): 9Y rAITIM „ )$,. SECTION 35 T13N RISE YAKIMA WEST WA SCALE. 1=.2000USGS 1985 ION 7000 I!!!!!!!!!!!!! Budinger & Associates • A • 4'9A' ;A : „ * StActer.A:i:: = $ • . ;,; - r*. : ° • '1:: • . ....•"• A •:.; • . ° . • . • th 7 ;•= • • • • ,$• VICINITY MAP . • " • vne•ork. • • 4,A* • $• 41 • • 1 • FIGURE 1 g • YAKIMA AIR TERMINAL YAKIMA, WASHINGTON PROJECT NUMBER S17533 DATE: 12/2017 Budinger Associates SITE PLAN YAKIMA AIR TERMINAL YAKIMA, WASHINGTON FIGURE 2-1 PROJECT NUMBER 517533 DATE: 12/2017 TEST BORING/OCP CORE/DCP CONTOUR LINE Budinger Associates SITE PLAN - HMA THICKNESS YAKIMA AIR TERMINAL YAKIMA, WASHINGTON FIGURE 2-2 PROJECT NUMBER 517533 DATE: 12/2017 12' 200 GUIDE TO SOIL & ROCK DESCRIPTIONS SOIL CLASSIFICATION BOULDERS COBBLES COARSE EINE 11°IIIISAND COARSE MEDIUM FINE SILT BELOW "A" LINE' CLAY ABOVE "ALINE' PEAT- BASED ON ORGANIC CONVENT \F( Pi IS; R7/7 11 IR; (,.s o (R)R/ 1th, 11!,-) 7, S1/ 77, / r ((R ;1\0) /' •ue ://0 i (/\E') PI (1H\ H.% ; ./t) j7 P S.L. ATTERBERG LIMITS LIQUID PLASTIC SOLID SOLID, CONSTANT VOLUME PLASTICITY CHART //11?i 1/1'ii(C i()/A,N I \/) (//\(1 4, 10' il• I R 110\ 7)1 GUIDE TO SOIL DESCRIPTION MODIFIERS, MOISTURE, AND CONDI 110N PRESENTED ON LOGS moD1FIER SUFFIX LY" OR "Y WI LH ESTIMATED PERCENTAGE OF MATERIAL 30% OR MORE FOR COARSE PARTS IN EGS GREATER THAN 12% FOR FINES IN CGS 5'-vo - 29 FOR COARSE PARTS IN EGS 6% 14% FOR EINES IN CGS 11. /.1/id 1111/ 1(17.% 77,1 !PR 10 o iHoV r7 R1;1110101 ;IMO SAMPLES 1 R STANDARD 2" PENETRATION TEST SAMPLER WITH BLOWS PER FOOT 3" SPLIT SPOON SAMPLER WITH BLOWS PER FOOT DRILL CUTTING SAMPLE BULK SAMPLE THIN-WALLED TUBE SAMPLE DIAMOND CORE RUN WITH "4; RECOVERY N ROCK QUALITY DESIGNATION 100 SPLIT SPOON SANIPLER WITH BLOWS PER FOOT REFUSAL OF SAMPLE (501, BLOWS PFR 6") MOISTURE DRY MOIST SATURATED OR WET ROCK IVEATHERING FRESH SLIGHTLY WEATHERED MODERATELY WEATHERED HIGHLY WEATHERED COMPLETELY WEATHERED RESIDUAL SOIL SOIL CONDITION CGS FGS. VERY LOOSE LOOSE MEDIUM DENSE DENSE VERY DENSE VERY SOFT SOFT MEDIUM STIFF STIFF VERY STIFF HARD ROCK CONDITION EXTREMELY WEAK VERY WEAK MODERATELY WEAK MODERATELY STRONG STRONG VERY STRONG Budinger . & Associates FIGURE 3 TEST BORING 1701 Date of Boring:12-13-17 Elevation: Driller: Budinger & Assoc , Inc Logged Type of Drill: Mobile B-57 with automatic SPT hammer Size of Location: NW corner of apron Surface: asphalt concrete pavement 1069 ft by: E Hageman hole: air rotary overburden system, 4 5 in 0 D casing TEST RESULTS o DEPTH SAMPLES RQD, SPT N (% RECOVERY) (Blows per 6") Z Lifryr0 F- _I p 0 z 5 0 0 DESCRIPTION SOIL LOG ATTERBERG LIMITS PL WATER CONTENT 0 STANDARD PEN TEST, 3" SPLIT SPOON PENETRATION, 10 20 30 40 p • 90 LL N -VALUE (OBSERVED) BLOWS/FT 50 60 70 80 • • 5 —(2/-3T7-6)� (5-3-3) (1-1-2) 27 80 /° ( °) 6 (90%) 3 (100%) R (70%) dry, gray, dense dry, gray/brown, dense i moist, brown, loose wet, very loose wet, brown/gray, very 3 -inches HMA 10 inches base GRAVEL crushed SILTY SAND with Gravel Ito fine, angular to subrounded SANDY SILT with Silt and Sand, •.0i.• ���••• • •-•-•- • 0-1 •••_ and Cobbles, coarse) (Fill) / p • • 10 o •dense • 15 (80-70/3') 1 +1001 GRAVEL with Silt, Sand, and Cobbles, coarsesubrounded ov 0 `< oOc o i 00 oC�< L < L1 c • • 20 End of Boring @ 15 ft BORING LOGS FIGURE 4-1 I Budinger & Associates 1101 North Fancher Road Spokane Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA Number S17533 TEST BORING 1702 Date of Boring:12-13-17 Elevation: 1069 ft Driller: Budinger & Assoc , Inc Logged by: E Hageman Type of Drill: Mobile B-57 with automatic SPT hammer Size of hole: air rotary overburden Location: SW corner of apron system, 4 5 in 0 D casing Surface: asphalt concrete pavement TEST RESULTS o DEPTH SAMPLES RQD, SPT N (% RECOVERY) (Blows per 6") SOIL LOG Z Lifryr0 ATTERBERG LIMITS F- OJ p W O Z 5 0 0 DESCRIPTION PL LL WATER CONTENT 0 STANDARD PEN TEST, N-VALUE (OBSERVED) p 3" SPLIT SPOON PENETRATION, BLOWS/FT • 10 20 30 40 50 60 70 80 90 /o) 24 (80o —(29'/9=t0 dry, gray, dense —dry, gray/brown, dense 3-inches HMA 10 base GRAVEL withSilt and Sand, Zrushed J SILTY SAND with Gravel and Cobbles, coarse i•Oii •inches •�•••�• •• :•�*• •••• p ■ •17 • • 5 (g0%) (9-11-6) 3 (100%) _ moist, brown, loose 1;o fine, angular to subrounded (Fill) / SANDY SILT o (2-2-1) very loose • 10 2 (100%) (0-1-1) wet, brown, very loose -Z -SANDY LEAN CLAY, moderate plasticity j • • • 15 End of Boring @ 10 5 ft • • 20 BORING LOGS FIGURE 4-2 I ImiiiiSpokane Budinger & Associates 1101 North Fancher Road Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA Number S17533 TEST BORING 1703 Date of Boring:12-13-17 Elevation: 1066 ft Driller: Budinger & Assoc , Inc Logged by: E Hageman Type of Drill: Mobile B-57 with automatic SPT hammer Size of hole: air rotary overburden Location: NE area of apron system, 4 5 in 0 D casing Surface: asphalt concrete pavement TEST RESULTS o DEPTH SAMPLES RQD, SPT N (% RECOVERY) (Blows per 6") SOIL LOG Z Lifryc0 ATTERBERG LIMITS F- OJ p 0 z 0 0 0 DESCRIPTION PL LL WATER CONTENT 0 STANDARD PEN TEST, N-VALUE (OBSERVED) p 3" SPLIT SPOON PENETRATION, BLOWS/FT • 10 20 30 40 50 60 70 80 90 • • • 5 �Q°/ (38-44-26) dry, gray, dense dry, gray/brown, dense 4-inches HMA 8 inches base GRAVEL with Silt and Sand, crushed SILTY SAND with Gravel and Cobbles, coarse •�0i�• •••���� •�•••�• :i:i:i: ���� 0 H p • 0 11 (80%) (6-6-5) 3 (90%) moist, brown, loose -I to fine, angular to subrounded (Fill)" J SANDY SILT o • 10 (1-1-2) 1 2 (100%) very loose wet very loose Q Iii • • 15 (1-1-1) 60 (80%) wet, brown/gray, very dense GRAVEL with Silt, Sand, and Cobbles, coarse, subrounded ov 0< (�_ C • • • 20 (30-32-28) 00 O/ End of Boring @ 16 ft BORING LOGS FIGURE 4-3 I ImiiiiSpokane Budinger & Associates 1101 North Fancher Road Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA Number S17533 TEST BORING 1704 Date of Boring:12-13-17 Elevation: Driller: Budinger & Assoc , Inc Logged Type of Drill: Mobile B-57 with automatic SPT hammer Size of hole: Location: SE corner of apron Surface: asphalt concrete pavement 1065 ft by: E Hageman air rotary overburden system, 4 5 in 0 D casing TEST RESULTS o DEPTH SAMPLES RQD, SPT N (% RECOVERY) (Blows per 6") Z Lifryr0 F- OJ p O Z 5 0 0 DESCRIPTION SOIL LOG ATTERBERG LIMITS PL WATER CONTENT 0 STANDARD PEN TEST, 3" SPLIT SPOON PENETRATION, 10 20 30 40 p • 90 LL N-VALUE (OBSERVED) BLOWS/FT 50 60 70 80 • 5 ( (43-31-15) R (90%) 5' 80%) 4 (90%) o 3 (100%) dry, gray, dense moist, brown, loose wet, brown, very loose 15-inches HMA Base. GRAVEL with Silt and Sand, angular to subrounded i•0ii •��• •• D o +1o01 SANDY SILT j j j • • 10 1 (3-2-2) IO Q SANDY LEAN CLAY, moderate plasticity (1-1-2) 15 End of Boring @ 11 ft • • • 20 BORING LOGS FIGURE 4-4 I AmmigiSpokane Budinger & Associates 1101 North Fancher Road Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA Number S17533 TEST BORING 1705 Date of Boring:12-14-17 Elevation: 1069 ft Driller: Budinger & Assoc , Inc Logged by: E Hageman Type of Drill: Mobile B-57 with automatic SPT hammer Size of hole: air rotary overburden Location: N side, W area of apron system, 4 5 in 0 D casing Surface: asphalt concrete pavement TEST RESULTS o DEPTH SAMPLES RQD, SPT N (% RECOVERY) (Blows per 6") SOIL LOG Z Lifryr0 ATTERBERG LIMITS F- OJ p O Z 5 0 0 DESCRIPTION PL LL WATER CONTENT 0 STANDARD PEN TEST, N-VALUE (OBSERVED) p 3" SPLIT SPOON PENETRATION, BLOWS/FT • 10 20 30 40 50 60 70 80 90 • dry, gray, dense -inches HMA 10 inches base GRAVEL with Silt and Sand,•�• crushed •• ••�•� o — �� 0 ( (16-14-15) dry, gray/brown, medium dense J SILTY SAND with Gravel and Cobbles, coarse fine, angular to subrounded (Fill) 'St* • •:•:•:• •to • 5 4 (50%) (5-2-2) moist, brown, loose SANDY SILT o • . 10 3 (100%) wet, brown, very loose SANDY LEAN CLAY, moderate plasticity j j jN (1-1-2) j • 15 End of Boring @ 11 ft • 20 BORING LOGS FIGURE 4-5 I ImiiiiSpokane Budinger & Associates 1101 North Fancher Road Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA Number S17533 TEST BORING 1706 Date of Boring:12-14-17 Elevation: 1069 ft Driller: Budinger & Assoc , Inc Logged by: E Hageman Type of Drill: Mobile B-57 with automatic SPT hammer Size of hole: air rotary overburden Location: Center, W area of apron system, 4 5 in 0 D casing Surface: asphalt concrete pavement TEST RESULTS o DEPTH SAMPLES RQD, SPT N (% RECOVERY) (Blows per 6") SOIL LOG Z Lifryr0 ATTERBERG LIMITS F- OJ p O Z 5 0 0 DESCRIPTION PL LL WATER CONTENT 0 STANDARD PEN TEST, N-VALUE (OBSERVED) p 3" SPLIT SPOON PENETRATION, BLOWS/FT • 10 20 30 40 50 60 70 80 90 • dry, gray, dense 3 in HMA 10 in base GRAVEL with Silt and Sand,•�• crushed •0i• •-•-•- o 0 —8-t3� dry, gray/brown, •• • • 5 (19-15-13) 6 (80%) (5-3-3) ',medium dense in moist, brown, loose SILTY SAND with Gravel and Cobbles, coarse / Ito fine, angular to subrounded (Fill) / SANDY SILT o • • 10 o 2 (100 /o) (0-1-1) wet, brown, very loose SANDY LEAN CLAY, moderate plasticity j j j I CD • • 15 End of Boring @ 10 5 ft • • 20 BORING LOGS FIGURE 4-6 I ImiiiiSpokane Budinger & Associates 1101 North Fancher Road Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA Number S17533 TEST BORING 1707 Date of Boring:12-14-17 Elevation: 1069 ft Driller: Budinger & Assoc , Inc Logged by: E Hageman Type of Drill: Mobile B-57 with automatic SPT hammer Size of hole: air rotary overburden Location: E side, W area of apron system, 4 5 in 0 D casing Surface: asphalt concrete pavement TEST RESULTS o DEPTH SAMPLES RQD, SPT N (% RECOVERY) (Blows per 6") SOIL LOG Z Lifryr0 ATTERBERG LIMITS F- OJ p O Z 5 0 0 DESCRIPTION PL LL WATER CONTENT 0 STANDARD PEN TEST, N-VALUE (OBSERVED) p 3" SPLIT SPOON PENETRATION, BLOWS/FT • 10 20 30 40 50 60 70 80 90 • --17—dry, (29-16-18) dry, gray, dense gray/brown, medium dense 3 in HMA 10 in base GRAVEL with Silt and Sand,•�• Zrushed J SILTY SAND with Gravel and Cobbles, coarse fine, angular to subrounded (Fill) •0i• "•:";`• • •:•:•:• •to • 5 8 (100%) (8-5-3) slightly moist, brown, loose SANDY SILT o • • 10 3 (100%) wet, brown, very loose SANDY LEAN CLAY, moderate plasticity j IR (0-1-2) 15 End of Boring @ 11 ft • 20 BORING LOGS FIGURE 4-7 I ImiiiiSpokane Budinger & Associates 1101 North Fancher Road Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA Number S17533 TEST BORING 1708 Date of Boring:12-14-17 Elevation: 1067 ft Driller: Budinger & Assoc , Inc Logged by: E Hageman Type of Drill: Mobile B-57 with automatic SPT hammer Size of hole: air rotary overburden Location: Central S side of apron system, 4 5 in 0 D casing Surface: asphalt concrete pavement TEST RESULTS o DEPTH SAMPLES RQD, SPT N (% RECOVERY) (Blows per 6") SOIL LOG Z Lifryc0 ATTERBERG LIMITS F- OJ p T 0 z 0 0 0 DESCRIPTION PL LL WATER CONTENT 0 STANDARD PEN TEST, N-VALUE (OBSERVED) p 3" SPLIT SPOON PENETRATION, BLOWS/FT • 10 20 30 40 50 60 70 80 90 • —� € gray, dense dry, gray/brown, dense 3 in HMA 10 in base GRAVEL with Silt and Sand,••• crushed J iiia ••�• •�• ■ 0 • 5 (26-27-21) 5 (80%) (3-3-2) slightly moist, brown, � loose loose SILTY SAND with Gravel and Cobbles, coarse / Ito fine, angular to subrounded (Fill) / SANDY SILT o 10 3 (100%) (0-1-2) wet, brown, very loose SANDY LEAN CLAY, moderate plasticity j o 1 0 • • +1001 • • 15 , R (50%) _ wet, brown/gray, very dense _GRAVEL with Silt, Sand, and Cobbles, coarse, subrounded o 0 o o o C=< `� C • • • 20 (75) End of Boring @ 15 ft BORING LOGS FIGURE 4-8 I ImiiiiSpokane Budinger & Associates 1101 North Fancher Road Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA Number S17533 TEST BORING 1709 Date of Boring:12-14-17 Elevation: 1066 ft Driller: Budinger & Assoc , Inc Logged by: E Hageman Type of Drill: Mobile B-57 with automatic SPT hammer Size of hole: air rotary overburden Location: Center of apron system, 4 5 in 0 D casing Surface: asphalt concrete pavement TEST RESULTS o DEPTH SAMPLES RQD, SPT N (% RECOVERY) (Blows per 6") SOIL LOG Z Lifryc0 ATTERBERG LIMITS F- OJ p O Z 0 0 0 DESCRIPTION PL LL WATER CONTENT 0 STANDARD PEN TEST, N-VALUE (OBSERVED) p 3" SPLIT SPOON PENETRATION, BLOWS/FT • 10 20 30 40 50 60 70 80 90 • —19- dry, gray, dense dry, gray/brown, dense 3/2 in HMA 10 in base GRAVEL with Silt and Sand,•�• Zrushed J••�•• •0i• • 5 (25-22-15) 4 (90%) (1-2-2) slightly moist, brown, --1SILTY loose very loose SAND with Gravel and Cobbles, coarse oto fine, angular to subrounded (Fill) / SANDY SILT • •j 10 2 (100%) wet, brown, very loose SANDY LEAN CLAY, moderate plasticity j /11 (1-1-1) • • • 15 End of Boring @ 11 ft • • • 20 BORING LOGS FIGURE 4-9 I ImiiiiSpokane Budinger & Associates 1101 North Fancher Road Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA Number S17533 TEST BORING 1710 Date of Boring:12-14-17 Elevation: Driller: Budinger & Assoc , Inc Logged Type of Drill: Mobile B-57 with automatic SPT hammer Size of hole: Location: S side, E area of apron Surface: asphalt concrete pavement 1066 ft by: E Hageman air rotary overburden system, 4 5 in 0 D casing TEST RESULTS o DEPTH SAMPLES RQD, SPT N (% RECOVERY) (Blows per 6") Z Lifryr0 F- OJ p T O z 0 0 0 DESCRIPTION SOIL LOG ATTERBERG LIMITS PL WATER CONTENT 0 STANDARD PEN TEST, 3" SPLIT SPOON PENETRATION, 10 20 30 40 p • 90 LL N-VALUE (OBSERVED) BLOWS/FT 50 60 70 80 • • • 5 (46-57-23) (1-2-2) R (70%) 4 (100%) o 4 (100 /o) dry, gray, dense slightly moist, brown, loose very loose wet, brown, very loose 8Y2-inches HMA Base. GRAVEL with Silt and Sand, angular to subrounded %%%i ��• �• •• •i•ii 0 +1001 SANDY SILT j j j . 10 o Q SANDY LEAN CLAY, moderate plasticity (0-2-2) • • • 15 End of Boring @ 11 ft 20 BORING LOGS FIGURE 4-10 I ImiiiiSpokane Budinger & Associates 1101 North Fancher Road Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA Number S17533 DCP TEST DATA Test Boring 1701 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 275 2 300 2 325 2 350 2 375 2 400 2 3 425 2 3 450 2 5 475 2 5 500 2 8 525 2 8 550 2 4.5 575 2 4.5 600 2 3 625 2 3 650 2 1.5 675 2 1.5 700 2 1.5 725 2 1.5 750 2 2 775 2 2 800 2 1.5 825 2 1.5 850 2 1 875 2 1 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-1 DCP TEST DATA Test Boring 1702 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 30 200 2 20.5 225 2 20.5 250 2 25 275 2 25 300 2 12 325 2 12 350 2 8 375 2 8 400 2 5 425 2 5.5 450 2 4 475 2 4 500 2 2 525 2 2 550 2 3.5 575 2 3.5 600 2 4 625 2 4 650 2 6 675 2 6 700 2 5 725 2 5 750 2 8.5 775 2 8.5 800 2 7 825 2 7 850 2 7.5 875 2 7.5 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-2 DCP TEST DATA Test Boring 1703 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 15 275 2 15 300 2 33 325 2 33 350 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-3 DCP TEST DATA Test Boring 1704 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 275 2 300 2 325 2 350 2 375 2 400 2 23.5 425 2 23.5 450 2 50 475 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-4 DCP TEST DATA Test Boring 1705 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 275 2 300 2 20 325 2 20 350 2 24.5 375 2 24.5 400 2 10.5 425 2 10.5 450 2 7.5 475 2 7.5 500 2 9 525 2 9 550 2 5.5 575 2 5.5 600 2 11 625 2 11 650 2 50 675 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 1 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-5 DCP TEST DATA Test Boring 1706 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 275 2 300 2 10.5 325 2 10.5 350 2 6 375 2 6 400 2 9 425 2 9 450 2 7 475 2 7 500 2 5 525 2 5 550 2 4.5 575 2 4.5 600 2 3 625 2 3 650 2 4 675 2 4 700 2 4 725 2 4 750 2 3.5 775 2 3.5 800 2 2.5 825 2 2.5 850 2 1.5 875 2 1.5 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-6 DCP TEST DATA Test Boring 1707 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. C• 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 275 2 300 2 16 325 2 16 350 2 10 375 2 10 400 2 3.5 425 2 3.5 450 2 3.5 475 2 3.5 500 2 4 525 2 4 550 2 4.5 575 2 4.5 600 2 4.5 625 2 4.5 650 2 6 675 2 6 700 2 4 725 2 4 750 2 7 775 2 7 800 2 9 825 2 9 850 2 8 875 2 8 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 a 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w O 48 54 60 66 72 78 BEARING CAPACITY, psf 0 2000 4000 6000 8000 10000 12000 0 I I 1 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) I I 14 28 42 56 69 BEARING CAPACITY, psi 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 83 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 5-7 DCP TEST DATA Test Boring 1708 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 275 2 300 2 325 2 350 2 375 2 400 2 2 425 2 2 450 2 4 475 2 4 500 2 7 525 2 7 550 2 6 575 2 6 600 2 6 625 2 6 650 2 6.5 675 2 6.5 700 2 5.5 725 2 5.5 750 2 3.5 775 2 3.5 800 2 4 825 2 4 850 2 4 875 2 4 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-8 DCP TEST DATA Test Boring 1709 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 275 2 300 2 9 325 2 9 350 2 9 375 2 9 400 2 7 425 2 7 450 2 6 475 2 6 500 2 6 525 2 6 550 2 7 575 2 7 600 2 5 625 2 5 650 2 4 675 2 4 700 2 2.5 725 2 2.5 750 2 3 775 2 3 800 2 3 825 2 3 850 2 2.5 875 2 2.5 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 5-9 DCP TEST DATA Test Boring 1710 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 275 2 300 2 325 2 27 350 2 50 375 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-10 DCP TEST DATA Test Boring 1711 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 15 150 2 22.5 175 2 22.5 200 2 42 225 2 42 250 2 30.5 275 2 30.5 300 2 16.5 325 2 16.5 350 2 23 375 2 23 400 2 10.5 425 2 10.5 450 2 8.5 475 2 8.5 500 2 6.5 525 2 6.5 550 2 4.5 575 2 4.5 600 2 3.5 625 2 3.5 650 2 3 675 2 3 700 2 3 725 2 3 750 2 1.5 775 2 1.5 800 2 2 825 2 2 850 2 1 875 2 1 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-11 DCP TEST DATA Test Boring 1712 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 23.5 175 2 23.5 200 2 28.5 225 2 28.5 250 2 19.5 275 2 19.5 300 2 12.5 325 2 12.5 350 2 5.5 375 2 5.5 400 2 5.5 425 2 5.5 450 2 5 475 2 5 500 2 5.5 525 2 5.5 550 2 5 575 2 5 600 2 3.5 625 2 3.5 650 2 4 675 2 4 700 2 4.5 725 2 4.5 750 2 3.5 775 2 3.5 800 2 3 825 2 3 850 2 3 875 2 3 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-12 DCP TEST DATA Test Boring 1713 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 18.5 175 2 18.5 200 2 28.5 225 2 28.5 250 2 37 275 2 37 300 2 9 325 2 9 350 2 4 375 2 4 400 2 3.5 425 2 3.5 450 2 7 475 2 7 500 2 8.5 525 2 8.5 550 2 7.5 575 2 7.5 600 2 5 625 2 5 650 2 5.5 675 2 5.5 700 2 5.5 725 2 5.5 750 2 4.5 775 2 4.5 800 2 3.5 825 2 3.5 850 2 2.5 875 2 2.5 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-13 DCP TEST DATA Test Boring 1714 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 25 250 2 31 275 2 31 300 2 28.5 325 2 28.5 350 2 26 375 2 26 400 2 11 425 2 11 450 2 5.5 475 2 5.5 500 2 5.5 525 2 5.5 550 2 10.5 575 2 10.5 600 2 8.5 625 2 8.5 650 2 8.5 675 2 8.5 700 2 6 725 2 6 750 2 775 2 800 2 825 2 850 2 875 2 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 J Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 5-14 DCP TEST DATA Test Boring 1715 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 23.5 225 2 23.5 250 2 19.5 275 2 19.5 300 2 8.5 325 2 8.5 350 2 8.5 375 2 8.5 400 2 7.5 425 2 7.5 450 2 6.5 475 2 6.5 500 2 4.5 525 2 4.5 550 2 4.5 575 2 4.5 600 2 4.5 625 2 4.5 650 2 3.5 675 2 3.5 700 2 3 725 2 3 750 2 2 775 2 2 800 2 2.5 825 2 2.5 850 2 2 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 J Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l- a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 5-15 DCP TEST DATA Test Boring 1716 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 36 250 2 25 275 2 25 300 2 17 325 2 17 350 2 8 375 2 8 400 2 3.5 425 2 3.5 450 2 3 475 2 3 500 2 4.5 525 2 4.5 550 2 3 575 2 3 600 2 3 625 2 3 650 2 4.5 675 2 4.5 700 2 4.5 725 2 4.5 750 2 4.5 775 2 4.5 800 2 5.5 825 2 5.5 850 2 7 875 2 7 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-16 DCP TEST DATA Test Boring 1717 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 10 250 2 25 275 2 25 300 2 22 325 2 22 350 2 17.5 375 2 17.5 400 2 12.5 425 2 12.5 450 2 9.5 475 2 9.5 500 2 13 525 2 13 550 2 7.5 575 2 7.5 600 2 6 625 2 6 650 2 7 675 2 7 700 2 6 725 2 6 750 2 5 775 2 5 800 2 3.5 825 2 3.5 850 2 3.5 875 2 3.5 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-17 DCP TEST DATA Test Boring 1718 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 19 275 2 19 300 2 19.5 325 2 19.5 350 2 22.5 375 2 22.5 400 2 21.5 425 2 21.5 450 2 30.5 475 2 30.5 500 2 25 525 2 25 550 2 15 575 2 15 600 2 5.5 625 2 5.5 650 2 4.5 675 2 4.5 700 2 4.5 725 2 4.5 750 2 3.5 775 2 3.5 800 2 3.5 825 2 3.5 850 2 2.5 875 2 2.5 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-18 DCP TEST DATA Test Boring 1719 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 250 2 22 275 2 22 300 2 24.5 325 2 24.5 350 2 30 375 2 30 400 2 26.5 425 2 26.5 450 2 21.5 475 2 21.5 500 2 18 525 2 18 550 2 12.5 575 2 12.5 600 2 7.5 625 2 7.5 650 2 5.5 675 2 5.5 700 2 4.5 725 2 4.5 750 2 5 775 2 5 800 2 3.5 825 2 3.5 850 2 2 875 2 2 900 2 2 2 2 2 2 2 2 0.1 0 6 12 18 24 30 - 36 2 a 42 w Ci 48 54 60 66 72 78 CBR 1.0 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 1- 1219 1219 p 1372 1524 1676 1829 1981 100.0 0.1 10 10.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 r Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-19 DCP TEST DATA Test Boring 1720 Project: Yakima Air Terminal Date: 13 -Dec -17 Location: GA apron Soil Type(s): SILT Hammer 10.1 lbs. 0 17.6 lbs. U Both hammers used Soil Type "0 CH 01 CL • All other soils No. of Blows Accumulative Penetration (mm) Type of Hammer 25 2 50 2 75 2 100 2 125 2 150 2 175 2 200 2 225 2 9 250 2 17 275 2 17 300 2 12 325 2 12 350 2 11 375 2 11 400 2 14.5 425 2 14.5 450 2 20 475 2 20 500 2 21.5 525 2 21.5 550 2 3.5 575 2 3.5 600 2 6 625 2 6 650 2 6.5 675 2 6.5 700 2 4.5 725 2 4.5 750 2 3.5 775 2 3.5 800 2 3.5 825 2 3.5 850 2 3 875 2 3 900 2 2 2 2 2 2 2 2 2 H a w 0 0.1 1.0 CBR 10.0 6 12 18 24 30 36 42 48 54 60 66 72 78 0.1 10 10.0 100.0 0 152 305 457 610 762 E 914 E 2 1067 a 1219 p 1372 1524 1676 1829 1981 100.0 0 6 12 18 24 30 = 36 a 42 w 0 48 54 60 66 72 78 0 2000 BEARING CAPACITY, psf 4000 6000 8000 10000 12000 0 I Based on approximate interrelationships of CBR and Bearing values (Design of Concrete Airport Pavement, Portland Cement Association, page 8, 1955) 0 1 1 1 14 28 42 56 BEARING CAPACITY, psi 69 83 152 305 457 610 762 E 914 E 1067 l— a a 1219 0 1372 1524 1676 1829 1981 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction 11Iaterials Testing & Special Inspection Figure 5-20 S17533 — Yakima Air Terminal Budinger & Associates, Inc Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 6-1 S17533 — Yakima Air Terminal J715 .4* 4.4 A‘r /env ; it a Ars SflS Ar 1 7 1 • Budinger & Associates, Inc Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 6-2 S17533 — Yakima Air Terminal Budinger & Associates, Inc Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 6-3 Si -533 Pakima Air Terminal - Laboraton' Sunmran' - arranged SOIL MECHANICS LABORATORY SUMMARY LABORATORY NUMBER BORING NUMBER DEPTH TOP BOTTOM Units Test Method 17-561(1 1791 3" 19" 17-5612 1793 4" 12" 17-5613 1793 12" 18" 17-5616 1798 17" 2_5' 17-5611 1791 16" 2_5' 18-1996 1798 1 5' 2_5' 17-5614 1793 3' 17-5624 1719 4' 55' 17-5618 1796 4' 55' 18-1995 1796 9' 195' 17-5622 1798 9' 195' 18-1994 1791 14' 15' 17-5617 1793 14 S 16' MOISTURE 00 ASTM D2216 39 43 70 175 2_94 2_55 346 48 475 437 477 79 117 PROCTOR I\Iasimum Umt Weight pcf ASTM D1557 119 4 97 9 86 7 Optimum Moisture 00 14 9 29 7 27 9 CBR ASTM D1883 see attached see attached see attached LIQUID LINIIT 00 ASTMD4318 19 35 45 46 PLASTIC LIMIT 00 17 29 25 26 PLASTICITY INDEY 00 NP* NP* _ NP 6 NP* NP 20 20 UNIFIED CLASSIFICATION ASTI\I D2487 GW -G1\1 SW -SM GW -G1\1 SM ML ML ML CL GP-GI\1 SIEVE ANALYSIS ASTM D6913 3" 199 199 199 S 1 1'2" 00 199 199 86 96 62 I 1" 97 95 77 91 52 E 3,4" P 99 83 66 87 45 V 1'2" A 82 78 53 83 199 199 36 E 3/8" S 72 75 48 81 199- 199- 33 #4 S 51 59 38 76 99 98 24 S #19 I 34 36 29 73 98 199 97 199 18 I #16 N 27 28 25 72 96 99 96 99 17 Z #39 G 29 21 29 79 94 99 94 96 15 E #49 16 18 17 68 92 98 93 93 14 #199 9 19 19 56 79 82 73 75 9 #290 6.4 7.9 7 7 45 68 66 54 61 6.1 o2mm 26 49 2_5 NP* Non Plastic Budmger & Assoc lutes, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 7 0 0 0 z s a 0) 0 z CO CON r N C z a c� 0) U.S SIEVE OPENING 6 4 IN INCHES 1 U.S SIEVE NUMBERS 1 HYDROMETER 2 1 3/4 1/2., 3 4 6 810 1416 20 30 40 50 60 100140200 100 95 I C. 3P III • I I I' .• .:z 90 85 • 80 75 70 65 \•••• 1- 60 LTJ 55 • • • >- m cK I-1-1 \ 50 L 45 1- z w •• cK 40 Li, a 35 el 30 25 0\ •• 0`•• 20• 15 - \ . 10 5 0 100 10 1 GRAIN SIZE 0 1 IN MILLIMETERS 0 01 0.001 GRAVEL SAND COBBLES coarse fine coarse medium fine SILT OR CLAY Specimen Identification Classification LL PL PI Cc Cu • 1701 0.3 WELL -GRADED GRAVEL with SILT and SAND(GW-GM) NP NP NP 1.96 36.95 1 1701 1.3 SANDY SILT(ML) 35 29 6 A 1701 14.0 8.84 189.7E * 1703 0.3 WELL -GRADED SAND with SILT and GRAVEL(SW-SM) NP NP NP 2.41 33.39 O 1703 1.0 WELL -GRADED GRAVEL with SILT and SAND(GW-GM) 19 17 2 2.05 105.1E Specimen Identification D100 D60 D30 D10 %Gravel %Sand %Silt %Clay • 1701 0.3 38 6.431 1.479 0.174 49.2 44.4 6.4 1 1701 1.3 12.7 0.051 1.0 31.0 68.0 A 1701 14.0 76.8 35.059 7.567 0.185 74.8 17.8 6.1 * 1703 0.3 38 5.009 1.346 0.15 41.3 50.8 7.9 O 1703 1.0 76.2 15.776 2.204 0.15 61.8 30.2 7.7 GRAIN SIZE DISTRIBUTION RESULTS IBB 14111112111 ud i nger & Associates 1101 North Fancher Road Spokane Valley, WA 99212 Project: Yakima Air Terminal Location Yakima, WA FIGURE 8-1 Number S17533 mbYelaiii 69umarBScci m imixKeI.Yewim limmela Zelnwis7lim :1a:zya►r11gi►ia:a:1MVIORI:II 100 95 90 85 80 75 70 65 60 55 50 45 40 35 30 25 20 15 10 5 0 U.S SIEVE OPENING IN INCHES 1 U.S SIEVE NUMBERS 6 4 2 1.5 1 3/4 1/2. : 3 4 6 810 1416 20 30 40 50 60 100140200 100 COBBLES 10 GRAVEL coarse Specimen Identification • 1 A 1703 1706 2.0 9.0 1708 1.0 1708 1.5 Specimen Identification • 1 A * 1703 2.0 1706 9.0 1708 1.0 1708 1.5 113 fine D100 12.7 2 76.2 2 Budinger & Associates 1101 North Fancher Road Spokane Valley, WA 99212 1 01 GRAIN SIZE IN MILLIMETERS coarse SAND medium Classification SANDY SILT(ML) SANDY LEAN CLAY(CL) SILTY SAND with GRAVEL(SM) SANDY SILT(ML) D60 0.093 0.212 D30 0.025 0.026 fine D10 HYDROMETER 001 SILT OR CLAY LL NP 45 NP NP %Gravel 2.0 0.0 23.9 0.0 PL NP 25 NP NP %Sand 44.0 39.0 31.0 34.0 PI NP 20 NP NP %Silt Cc 0.001 Cu %Clay 54.0 61.0 45.0 66.0 GRAIN SIZE DISTRIBUTION RESULTS Project: Yakima Air Terminal Location Yakima, WA Number S17533 FIGURE 8-2 S'17533 Yakima _-lir Terminal - 3 point CBR Laboratory &ai nary LABORATORY NUMBER SAMPLED BY SAMPLE TYPE DATE RECEIVED SAMPLE DESCRIPTION SAMPLE SOURCE Units Test Method CALIFORNIA BEARING RATIO LABORATORY SUMMARY 17-5611 B&A Bulk 12/20/17 sandy silt (ML) 1701 (�r 1 3'-2 5' 17-5614 B&A Bulk 12/20/17 sandy silt (ML) 1703 (�r 2'-3' 17-5616 B&A Bulk 12/20/17 silty sand with gravel (SM) 1708 (a 17"-2 5' CALIFORNIA BEARING RATIO CBR Swell CBR Unit Weight CBR Moisture before soak CBR Moisture after soak CBR Compaction *see attached compaction curve pcf ASTM D-1883 ASTM D-1557* 45 blow 25 blow 10 blow 30 blow 20 blow 10 blow 45 blow 25 blow 17 13 2 35 20 16 50 33 03 0.2 04 00 00 01 00 00 91 8 86 6 79 7 83 0 79 6 77 6 109 1 107 7 20 7 20 7 20.2 27 3 27.2 27 0 13 7 14 8 315 314 323 333 331 38.2 17.2 178 91 8 89 3 82.2 93 1 91 7 89 4 98 8 97 6 Budinger & Associates, Inc Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection 10 blow 24 00 105 8 129 195 95 8 Figure 9-1 SI -533 3PT CBR le -5611 CALIFORNIA BEARING RATIO TEST RESULTS AST1\I D-1883 Sample Number Lab Number 17-5611 Nfaximum density (pcfl 97 I I 45 blow Dry density (pcf) 97 I I 00 of maximum density 91 5° 0 CBR= 17 Penetration (m) Load Cell Stress (div) (psi) II 111111 0 025 0.-,0 0 075 0 Inn 125 1:-,0 175 0 200 2511 0 300 0 400 SIM II I 38 81 58 118 74 148 85 169 96 189 106 208 112 219 122 238 138 268 154 298 188 362 223 427 25 blow Dry density (pcf) 86 6 00 of maximum density 89 3°0 CBR= 13 pen (in) 0 III III 0 025 11511 0 075 11111 125 150 175 021 III 2511 0 300 41111 :,00 Load Cell Stress (div) (psi) II I 20 47 36 77 50 103 62 126 73 146 82 163 90 178 98 193 111 218 125 244 149 289 172 332 10 blows Dry density (pcf) 79 7 00 of maximum density 82 2° 0 CBR= pen (in) 0 III III 0 025 0.-,0 0 075 11111 125 150 175 0 200 2511 0 300 41111 SIM Load Cell Stress (div) (psi) II II 3 15 5 19 5 19 5 19 6 21 6 21 8 24 8 24 10 28 11 30 13 34 18 43 ASTIv1 D-1557 1800 1700 1600 1500 1400 1300 1200 1100 2_1000 w900 800 700 600 500 400 300 200 100 CALIFORNIA BEARING RATIO (%) 0 00 01 02 03 PENETRATION (in) 100 95 90 85 80 75 70 65 60 55 50 45 40 35 30 25 20 15 10 5 0 84% 86% 88% 90% 92% 94% 96% 98% 100% OF MAXIMUM DENSITY (ASTM D-1557) 04 05 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 9-2 +-- 45 blow x 25 blow x 10 blows s`= _ *_-4-' x x x x r x x X / *''''x i x x x x x x x x : x x 00 01 02 03 PENETRATION (in) 100 95 90 85 80 75 70 65 60 55 50 45 40 35 30 25 20 15 10 5 0 84% 86% 88% 90% 92% 94% 96% 98% 100% OF MAXIMUM DENSITY (ASTM D-1557) 04 05 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 9-2 Si -533 3PT CBR 1 -5617 CALIFORNIA BEARING RATIO TEST RESULTS AST1\I D-1883 Sample Location Lab Number 17-5614 N1aximum density (pcfl 86 8 30 blow Dry density (pcf) 83 I I °0 of maximum density 93 1°0 CBR= 35 Penetration (m) Load Cell Stress (div) (psi) 0 III III 0 025 0.-,0 0075 11111 125 1:-,0 175 0 200 2511 0300 41111 SIM II II 51 105 Inn 197 142 276 180 347 210 403 234 448 258 493 278 531 310 591 345 656 418 793 491 930 20 blow Dry density (pcf) 79 6 00 of maximum density 91 7° 0 CBR= 18 pen (m) Load Cell Stress (div) (psi) 0 III III 0 025 050 0075 11111 125 150 175 0 200 2511 0300 41111 :,00 II I 33 71 59 1211 81 161 93 184 103 203 108 212 115 225 126 246 1411 272 159 307 188 362 224 429 10 blows Dry density (pcf) 77 6 00 of maximum density 89 4°0 CBR= 16 pen (m) Load Cell Stress (div) (psi) 0 III III 0 025 0.-,0 0075 11111 125 1:-,0 175 0 200 2511 0300 41111 SIM II II 27 611 49 101 65 131 78 156 88 174 98 193 106 208 111 218 126 246 140 272 166 321 192 369 ASTIv1 D-1557 1500 1400 1300 1200 1100 1000 900 -- 800 co 700 coco 600 500 400 300 200 100 CALIFORNIA BEARING RATIO (%) 0 00 01 02 03 PENETRATION (In) 100 95 90 85 80 75 70 65 60 55 50 45 40 35 30 25 20 15 10 5 0 84% 86% 88% 90% 92% 94% 96% 98% 100% OF MAXIMUM DENSITY (ASTM D-1557) 04 05 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 9-3 —+-30 blow x 20 blow x 10 blows f l 7 f x x J x x x x x x x x x i 00 01 02 03 PENETRATION (In) 100 95 90 85 80 75 70 65 60 55 50 45 40 35 30 25 20 15 10 5 0 84% 86% 88% 90% 92% 94% 96% 98% 100% OF MAXIMUM DENSITY (ASTM D-1557) 04 05 Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 9-3 SI -533 3PT CBR I--5616 CALIFORNIA BEARING RATIO TEST RESULTS AST1\I D-1883 Sample Location - LabNumber 17-5616 Maximum density (pcfl 1111 4 10 blow Dry density (pcf) 1115 F 00 of maximum density 95 8°0 CBR= 13 Penetration (m) Load Cell Stress (div) (psi) 0III III 0025 11511 0075 0 Inn 125 1 511 175 0 200 2511 0300 41111 11 SIM II I 36 77 69 139 98 193 122 238 141 274 160 309 179 345 196 377 228 437 260 497 328 624 400 759 25 blow Dry density (pcf) 1117 7 00 of maximum density 97 6° 0 CBR= 33 pen (in) Load Cell Stress (div) (psi) 0III III 0 025 050 0075 11111 125 0 150 175 0 200 2511 0300 41111 II SI III II I 10 28 20 47 42 88 71 143 105 206 141 274 173 334 207 397 273 521 344 654 464 879 5811 11197 45 blows Dry density (pcf) 1119 1 00 of maximum density 98 8°0 CBR= 57 pen (in) Load Cell Stress (div) (psi) 0III III 0 025 11511 0075 11111 125 1 511 175 0 200 2511 0300 41111 II 000 II II 32 69 53 109 98 193 150 291 211 405 278 531 332 632 392 744 490 928 571 1080 744 1404 9112 171111 ASTIv1 D-1557 2000 1900 1800 1700 1600 1500 1400 1300 1200 2-1100 co 1000 w 900 in 800 700 600 500 400 300 200 100 0 00 CALIFORNIA BEARING RATIO (%) +-10 blow x 25 blow x 45 blows x x x x x x x 100 95 90 85 80 75 70 65 60 55 50 45 40 35 30 25 20 15 10 5 0 84% 86% 88% 90% 92% 94% 96% 98% 100% OF MAXIMUM DENSITY (ASTM D-1557) 01 02 03 PENETRATION (in) 04 05 4- T Budinger & Associates, Inc. Geotechnical & Environmental Engineers Construction Materials Testing & Special Inspection Figure 9-4 Compaction Curve 99 97 5 120.7%. 97.0 Dry Unit Weight, pcf m m m - m cn w cn rn pcf • • • • ZAV for Sp G = 2.46 16 18 20 22 24 26 28 Water content, % Test specification ASTM D 1557-07 Method C Modified Elev/ Depth Classification Nat. Moist. Sp.G. LL PI %> 3/4 in. % < No.200 USCS AASHTO 16"-2.5' 294 00 TEST RESULTS MATERIAL DESCRIPTION Maximum Dry Unit Weight = 97.0 pcf Optimum Moisture = 20.7 % sandy silt (ML) Project No. S17533 Client: J -U -B Engineers, Inc. Project: Yakima Air Terminal o Source of Sample: On -Site Sample Number: 17-5611 Remarks: Sampled By B&A Sampled at 17-01 Date 12/21/17 BUDINGER & ASSOCIATES, INC. Tested By: JES Checked By: KC Figure 10-1 Compaction Curve 87 3 127 1%, 86.8 .cf 86 8 • • U a 86 3 .5, 85 8 • • 85 3 ZAV for Sp G = 84 8 2.29 24 25 26 27 28 29 30 Water content, % Test specification ASTM D 1557-07 Method C Modified Elev/ Depth Classification Nat. Moist. Sp.G. LL PI %> 3/4 in. % < No.200 USCS AASHTO 2'-3, 29 0 0 0 TEST RESULTS MATERIAL DESCRIPTION Maximum Dry Unit Weight = 86,8 pcf Optimum Moisture = 27.1 % sandy silt (ML) Project No. S17533 Client: J-U-B Engineers, Inc Project: Yakima Air Terminal o Source of Sample: On-Site Sample Number: 17-5614 Remarks: Sampled By B&A Sampled at 17-03 Date 12/21/17 BUDINGER & ASSOCIATES, INC. Tested By: JES Checked By: KC Figure 10-2 Compaction Curve 120 115 114.9%, 110.4 cf 5 Q 110 ub 5' L 117.1%, 104.7 pcf 105 ZAV for 100 Sp G = 2.50 95 10 12 14 16 18 20 22 Water content, % - Rock Corrected - Uncorrected 0 Test specification ASTM D 1557-07 Method C Modified ASTM D4718-15 Oversize Corr Applied to Each Test Point Elev/ Depth Classification Nat. Moist. Sp.G. LL PI %> 3/4 in. % < No.200 USCS AASHTO 17"-2.5' 17.5 +3/4" = 2.667 14.0 ROCK CORRECTED TEST RESULTS UNCORRECTED MATERIAL DESCRIPTION Maximum Dry Unit Weight = 110.4 pcf Optimum Moisture = 14.9 % 104.7 pcf 17.1 % silty sand with gravel (SM) Project No. S17533 Client: J -U -B Engineers, Inc. Project: Yakima Air Terminal o Source of Sample: On -Site Sample Number: 17-5616 Remarks: Sampled by B&A Sampled at 17-08 Date 12/28/17 BUDINGER & ASSOCIATES, INC. Tested By: JES Checked By: KC Figure 10-3 Appendix I: ASFE - Important Information About Your Geotechnical Report Important Information About Your Geotechnical Engineering Report Subsurface problems are a principal cause of construction delays, cost overruns, claims, and disputes The following information is provided to help you manage your risks Geotechnical Services Are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers stmcture their services to meet the specific needs of their clients. A geotechnical engineering study conducted for a civil engineer may not fulfill the needs of a construction contractor or even another civil engineer Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solely for the client. No one except you should rely on your geotechnical engineering report without first conferring with the geotechnical engineer who prepared it. And no one -not even you -should apply the report for any purpose or project except the one originally contemplated. Read the Full Report Serious problems have occurred because those relying on a geotechnical engineering report did not read it all. Do not rely on an executive summary Do not read selected elements only A Geotechnical Engineering Report Is Based on a Unique Set of Project -Specific Factors Geotechnical engineers consider a number of unique, project -specific factors when establishing the scope of a study Typical factors include the client's goals, objectives, and risk management preferences: the general nature of the structure involved, its size, and configuration: the location of the structure on the site, and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. Unless the geotechnical engineer who conducted the study specifically indicates otherwise, do not rely on a geotechnical engineering report that was. • not prepared for you, • not prepared for your project • not prepared for the specific site explored, or • completed before important project changes were made Typical changes that can erode the reliability of an existing geotechnical engineering report include those that affect: • the function of the proposed structure, as when it's changed from a parking garage to an office building, or from a light industrial plant to a refrigerated warehouse, • elevation, configuration, location, orientation, or weight of the proposed stmcture, • composition of the design team, or • project ownership As a general rule, ahrays inform your geotechnical engineer of project changes -even minor ones -and request an assessment of their impact. Geotechnical engineers cannot accept responsibility or liability for problems that occur because their reports do not consider developments of which they were not informed. Subsurface Conditions Can Change A geotechnical engineering report is based on conditions that existed at the time the study was performed. Do not rely on a geotechnical engineering report whose adequacy may have been affected by the passage of time, by man- made events, such as construction on or adjacent to the site: or by natural events, such as floods, earthquakes, or groundwater fluctuations. Ahrays contact the geotechnical engineer before applying the report to determine if it is still reliable A minor amount of additional testing or analysis could prevent major problems. Most Geotechnical Findings Are Professional Options Site exploration identifies subsurface conditions only at those points where subsurface tests are conducted or samples are taken. Geotechnical engineers review field and laboratory data and then apply their professional judgment to render an opinion about subsurface conditions throughout the site Actual subsurface conditions may differ -sometimes significantly -from those indicated in your report. Retaining the geotechnical engineer who developed your report to provide construction observation is the most effective method of managing the risks associated with unanticipated conditions. A Report's Recommendations Are Not Final Do not over -rely on the construction recommendations included in your report. Those recommendations are not final, because geotechnical engineers develop them principally from the judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual subsurface conditions revealed during construction. The geotechnical engineer who developed your report cannot assume responsibility or liability for the report's recommendations if that engineer does not perforin construction observation A Geotechnical Engineering Report Is Subject to Misinterpretation Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problems. Lower that risk by having your geotechnical engineer confer with appropriate members of the design team after submitting the report. Also retain your geotechnical engineer to review perti- nent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering report. Reduce that risk by having your geotechnical engineer participate in prebid and preconstruction conferences, and by providing construction observation. Do Not Redraw the Engineer's Logs Geotechnical engineers prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions, the logs included in a geotechnical engineering report should never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognize that separating logs from the report can elevate risk. Give Contractors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give contractors the complete geotechnical engineering report, but preface it with a clearly written letter of transmittal. In that letter, advise contractors that the report was not prepared for purposes of bid development and that the report's accuracy is limited, encourage them to confer with the geotechnical engineer who prepared the report (a modest fee may be required) and/or to conduct additional study to obtain the specific types of information they need or prefer A prebid conference can also be valuable Be sure contractors have sufficient time to perforin additional study Only then might you be in a position to give contractors the best information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Read Responsibility Provisions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than other engineering disciplines. This lack of understanding has created unrealistic expectations that have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geotechnical engineers commonly include a variety of explanatory provisions in their reports. Sometimes labeled "limitations" many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely Ask questions. Your geotechnical engineer should respond fully and frankly ASFE 2 of 2 Geoenvironmental Concerns Are Not Covered The equipment, techniques, and personnel used to perforin a geoenvironmental study differ significantly from those used to perforin a geotechnical study For that reason, a geotechnical engineering report does not usually relate any geoenviromnental findings, conclusions, or recommendations, e g., about the likelihood of encountering underground storage tanks or regulated contaminants. t nanticipated environmental problems have led to numerous project failures. If you have not yet obtained your own geoenviromnental information, ask your geotechnical consultant for risk management guidance. Do not rely on an environmental report prepared for someone else Obtain Professional Assistance To Deal with Mold Diverse strategies can be applied during building design, construction, operation, and maintenance to prevent significant amounts of mold from growing on indoor surfaces. To be effective, all such strategies should be devised for the express purpose of mold prevention, integrated into a comprehensive plan, and executed with diligent oversight by a professional mold prevention consultant. Because just a small amount of water or moisture can lead to the development of severe mold infestations, a number of mold prevention strategies focus on keeping building surfaces dry While groundwater, water infiltration, and similar issues may have been addressed as part of the geotechnical engineering study whose findings are conveyed in this report, the geotechnical engineer in charge of this project is not a mold prevention consultant none of the services per- formed in connection with the geotechnical engineer's study were designed or conducted for the purpose of mold prevention. Proper implementation of the recommendations conveyed in this report will not of itself be sufficient to prevent mold from growing in or on the structure involved. Rely, on Your ASFE-Member Geotechncial Engineer for Additional Assistance Membership in ASFE/The Best People on Earth exposes geotechnical engineers to a wide array of risk management techniques that can be of genuine benefit for everyone involved with a construction project. Confer with your ASFE-member geotechnical engineer for more information. The Best People on Earth 8811 Coles' dle Road/Suite G106, Silver Spring, MD 20910 Telephone 301'565-2733 Facsimile 301'589-201, e-mail unlo/amsle org www asle org Copyright 2004 b' _4SFE. Inc P plicatran reproduction or c lnmg of this document, in whole or in parr, by mny mems whatsoever is strictly prohibited except with_4SFE's specific written permission Exceiptmg. quoting. or otherwise extracting 'fording from this document is permitted only with the express wntren permission of ASFE. mid only for piuposes ofscliolmhv resemrh or book review Only members of ASFE may use this document as a complement to or as mi element ofageotechnical engineering report _4nv otherfnm. mrdndual. or other entity that so uses H. document without bewg mi _'SFE member could be committrng negligent or Intentional 1fiaL dL7e,d) murpesentation IIGERU6 )45 Uni APPENDIX C - AC 150/5370-2G U S Department of Transportation Federal Aviation Administration Advisory Circular Subject: Operational Safety on Airports Dunng Construction Date: 12/13/2017 AC No: 150/5370-2G Initiated By: AAS -100 Change: 1 Purpose. This AC sets forth guidelines for operational safety on airports during construction. 2 Cancellation. This AC cancels AC 150/5370-2F, Operational Safety on Airports during Construction, dated September 29, 2011 3 Application. This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports For those certificated airports, this AC provides one way, but not the only way, of meeting those requirements The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program (AIP) See Grant Assurance No 34, Policies, Standards, and Specifications While we do not require non -certificated airports without grant agreements or airports using Passenger Facility Charge (PFC) Program funds for construction projects to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. 4 Related Documents. ACs and Orders referenced in the text of this AC do not include a revision letter, as they refer to the latest version. Appendix A contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents 5 Principal Changes. The AC incorporates the following principal changes 1 Notification about impacts to both airport owned and FAA -owned NAVAIDs was added. See paragraph 2.13.5.3, NAVAIDs 12/13/2017 AC 150/5370-2G 2 Guidance for the use of orange construction signs was added. See paragraph 2.18.4.2, Temporary Signs 3 Open trenches or excavations may be permitted in the taxiway safety area while the taxiway is open to aircraft operations, subject to restrictions See paragraph 2.22.3.4, Excavations 4 Guidance for temporary shortened runways and displaced thresholds has been enhanced. See Figure 2-1 and Figure 2-2 5 Figures have been improved and a new Appendix F on the placement of orange construction signs has been added. Hyperlinks (allowing the reader to access documents located on the internet and to maneuver within this document) are provided throughout this document and are identified with underlined text. When navigating within this document, return to the previously viewed page by pressing the "ALT" and " -" keys simultaneously Figures in this document are schematic representations and are not to scale 6 Use of Metrics. Throughout this AC, U S customary units are used followed with "soft" (rounded) conversion to metric units The U S customary units govern. 7 Where to Find this AC. You can view a list of all ACs at http.//www.faa.gov/regulations policies/advisory circulars/ You can view the Federal Aviation Regulations at http.//www.faa.gov/regulations_policies/faa regulations/ 8 Feedback on this AC. If you have suggestions for improving this AC, you may use the Advisory Circular Feedback form at the end of this AC Director of Airport Safety and Standards 11 12/13/2017 AC 150/5370-2G CONTENTS Paragraph Page Chapter 1. Planning an Airfield Construction Project 1-1 1 1 Overview 1-1 1 2 Plan for Safety 1-1 1 3 Develop a Construction Safety and Phasing Plan (CSPP) 1-3 1 4 Who Is Responsible for Safety During Constructions 1-4 Chapter 2. Construction Safety and Phasing Plans 2-1 2 1 Overview 2-1 2 2 Assume Responsibility 2-1 2 3 Submit the CSPP 2-1 2 4 Meet C SPP Requirements 2-2 2 5 Coordination. 2-6 2 6 Phasing. 2-7 2 7 Areas and Operations Affected by Construction Activity 2-7 2 8 Navigation Aid (NAVAID) Protection. 2-11 2 9 Contractor Access 2-11 2 10 Wildlife Management. 2-15 2 11 Foreign Object Debris (FOD) Management. 2-16 2 12 Hazardous Materials (HAZMAT) Management. 2-16 2 13 Notification of Construction Activities 2-16 2 14 Inspection Requirements 2-18 2 15 Underground Utilities 2-19 2 16 Penalties 2-19 2 17 Special Conditions 2-19 2 18 Runway and Taxiway Visual Aids 2-19 2 19 Marking and Signs for Access Routes 2-29 2 20 Hazard Marking, Lighting and Signing. 2-30 2 21 Work Zone Lighting for Nighttime Construction. 2-32 2 22 Protection of Runway and Taxiway Safety Areas 2-33 2 23 Other Limitations on Construction. 2-37 111 12/13/2017 AC 150/5370-2G Chapter 3. Guidelines for Writing a CSPP 3-1 3 1 General Requirements 3-1 3 2 Applicability of Subjects 3-1 3 3 Graphical Representations 3-1 3 4 Reference Documents 3-2 3 5 Restrictions 3-2 3 6 Coordination. 3-2 3 7 Phasing. 3-2 3 8 Areas and Operations Affected by Construction. 3-2 3 9 NAVAID Protection. 3-2 3 10 Contractor Access 3-3 3 11 Wildlife Management. 3-4 3 12 FOD Management. 3-4 3 13 HAZMAT Management. 3-4 3 14 Notification of Construction Activities 3-4 3 15 Inspection Requirements 3-5 3 16 Underground Utilities 3-5 3 17 Penalties 3-5 3 18 Special Conditions 3-5 3 19 Runway and Taxiway Visual Aids 3-6 3 20 Marking and Signs for Access Routes 3-6 3 21 Hazard Marking and Lighting. 3-6 3 22 Work Zone Lighting for Nighttime Construction. 3-6 3 23 Protection of Runway and Taxiway Safety Areas 3-7 3 24 Other Limitations on Construction. 3-7 Appendix A. Related Reading Material A-1 Appendix B. Terms and Acronyms B-1 Appendix C. Safety and Phasing Plan Checklist C-1 Appendix D. Construction Project Daily Safety Inspection Checklist D-1 Appendix E. Sample Operational Effects Table E-1 Appendix F. Orange Construction Signs F-1 iv 12/13/2017 AC 150/5370-2G FIGURES Number Page Figure 2-1 Temporary Partially Closed Runway 2-9 Figure 2-2 Temporary Displaced Threshold 2-10 Figure 2-3 Markings for a Temporarily Closed Runway 2-21 Figure 2-4 Temporary Taxiway Closure 2-22 Figure 2-5 Temporary Outboard White Threshold Bars and Yellow Arrowheads 2-24 Figure 2-6 Lighted X in Daytime 2-26 Figure 2-7 Lighted X at Night 2-26 Figure 2-8 Interlocking Barricades 2-31 Figure 2-9 Low Profile Barricades 2-32 Figure E-1 Phase I Example .E-1 Figure E-2 Phase II Example .E-2 Figure E-3 Phase III Example .E-3 Figure F-1 Approved Sign Legends F-1 Figure F-2 Orange Construction Sign Example 1 F-2 Figure F-3 Orange Construction Sign Example 2 F-3 TABLES Number Page Table A-1 FAA Publications A-1 Table A-2 Code of Federal Regulation A-3 Table B-1 Terms and Acronyms B-1 Table C-1 CSPP Checklist C-1 Table D-1 Potentially Hazardous Conditions D-1 Table E-1 Operational Effects Table .E-4 Table E-2 Runway and Taxiway Edge Protection .E-6 Table E-3 Protection Prior to Runway Threshold .E-7 v 12/13/2017 AC 10/5370-2G Page Intentionally Blank vi 12/13/2017 AC 10/5370-2G CHAPTER 1. PLANNING AN AIRFIELD CONSTRUCTION PROJECT 1 1 Overview. Airports are complex environments, and procedures and conditions associated with construction activities often affect aircraft operations and can jeopardize operational safety Safety considerations are paramount and may make operational impacts unavoidable However, careful planning, scheduling, and coordination of construction activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport's operational safety The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations 1 2 Plan for Safety. Safety, maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised, the airport operator must strike a balance between maintaining aircraft operations and construction costs This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA. As the project design progresses, the necessary construction locations, activities, and associated costs will be identified and their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities, often by phasing the project, and/or to airport operations to maintain operational safety This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP) The development of the CSPP takes place through the following five steps 1 2 1 Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles 1 2.2 Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas It should also include information related to airport operations the Aircraft Approach Category (AAC) and Airplane Design Group (ADG) of the airplanes that operate on each runway; the ADG and Taxiway Design Group (TDG)1 for each affected taxiway; designated approach visibility minimums, ' Find Taxiway Design Group information in AC 150/5300-13, Airport Design. 1-1 12/13/2017 AC 150/5370-2G available approach and departure procedures, most demanding aircraft; declared distances, available air traffic control services, airport Surface Movement Guidance and Control System (SMGCS) plan, and others The applicable seasons, days and times for certain operations should also be identified as applicable 1 2 3 Allow for Temporary Changes to Operations. To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport operator should identify and prioritize the airport's most important operations The construction activities should be planned, through project phasing if necessary, to safely accommodate these operations When the construction activities cannot be adjusted to safely maintain current operations, regardless of their importance, then the operations must be revised accordingly Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways, and other changes An example of a table showing temporary operations versus current operations is shown in Appendix E 1 2 4 Take Required Measures to Revise Operations. Once the level and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operations Analysis of costs may indicate a need to reevaluate allowable changes to operations As aircraft operations and allowable changes will vary widely among airports, this AC presents general guidance on those subjects 1 2 5 Manage Safety Risk. The FAA is committed to incorporating proactive safety risk management (SRM) tools into its decision-making processes FAA Order 5200 11, FAA Airports (ARP) Safety Management System (SMS), requires the FAA to conduct a Safety Assessment for certain triggering actions Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA determine whether a Safety Assessment is required prior to FAA approval of the CSPP The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for a Safety Risk Assessment. If the FAA requires an assessment, the airport operator must at a minimum 1 Notify the appropriate FAA Airports Regional or District Office during the project "scope development" phase of any project requiring a CSPP 2 Provide documents identified by the FAA as necessary to conduct SRM. 3 Participate in the SRM process for airport projects 4 Provide a representative to participate on the SRM panel 1-2 12/13/2017 AC 150/5370-2G 5 Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP 1 3 Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC See Appendix A for a list of related reading material 1 3 1 List Requirements. A CSPP must be developed for each on -airfield construction project funded by the Airport Improvement Program (AIP) or located on an airport certificated under Part 139 For on -airfield construction projects at Part 139 airports funded without AIP funds, the preparation of a CSPP represents an acceptable method the certificate holder may use to meet Part 139 requirements during airfield construction activity As per FAA Order 5200 11, projects that require Safety Assessments do not include construction, rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line -of -sight. Such facilities may include passenger terminals and parking or other structures However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP The CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures (see paragraph 1.2.5) 1 3.2 Prepare a Safety Plan Compliance Document (SPCD). The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights) during the development of the CSPP The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice -to -proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications 1 3 3 Assume Responsibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP The airport operator may use the services of an engineering consultant to help develop the CSPP However, writing the CSPP cannot be delegated to the construction contractor Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD The SPCD does not restate nor propose differences to provisions already addressed in the CSPP 1-3 12/13/2017 AC 10/5370-2G 1 4 Who Is Responsible for Safety During Construction? 1 4 1 Establish a Safety Culture. Everyone has a role in operational safety on airports during construction the airport operator, the airport's consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others, such as military personnel at any airport supporting military operations (e g. national guard or a joint use facility) Close communication and coordination between all affected parties is the key to maintaining safe operations Such communication and coordination should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change 1 4.2 Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, construction, and inspection phases Additional information on the responsibilities listed below can be found throughout this AC The airport operator must 1-4 12/13/2017 AC 150/5370-2G 1 4.2 1 Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3, Guidelines for Writing a CSPP The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. 1 4.2 2 Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. 1 4.2 3 Convene a preconstruction meeting with the construction contractor, consultant, airport employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5370-12, Ouality Management for Federally Funded Airport Construction Projects. (Note "FAA" refers to the Airports Regional or District Office, the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies ) 1 4.2 4 Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD 1 4.2 5 Hold weekly or, if necessary, daily safety meetings with all affected parties to coordinate activities 1 4.2 6 Notify users, ARFF personnel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate Convene a meeting for review and discussion if necessary 1 4.2 7 Ensure construction personnel know applicable airport procedures and changes to those procedures that may affect their work. 1 4.2 8 Ensure that all temporary construction signs are located per the scheduled list for each phase of the project. 1 4.2 9 Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD 1 4.2 10 Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors 1 4.2 11 At certificated airports, ensure each CSPP and SPCD is consistent with Part 139 1-5 12/13/2017 AC 150/5370-2G 1 4.2 12 Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the C SPP and SPCD and that there are no altered construction activities that could create potential safety hazards 1 4.2 13 Take immediate action to resolve safety deficiencies 1 4.2 14 1 4.2 15 1 4.2 16 1 4.2 17 1 4.2 18 At airports subject to 49 CFR Part 1542, Airport Security, ensure construction access complies with the security requirements of that regulation. Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD (for example, implementation of low -visibility operations) Ensure prompt submittal of a Notice of Proposed Construction or Alteration (Form 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other), stock piles, and haul routes A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency at https.//oeaaa.faa.gov/oeaaa/external/portal.jsp The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study Ensure prompt transmission of the Airport Sponsor Strategic Event Submission, FAA Form 6000-26, located at https.//oeaaa.faa.gov/oeaaa/external/content/AIRPORT SPONSOR STR ATEGIC EVENT SUBMISSION_ FORM.pdf, to assure proper coordination for NAS Strategic Interruption per Service Level Agreement with ATO Promptly notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change Changes to the CSPP require review and approval by the airport operator and the FAA. The FAA Airports Regional or District office will determine if further coordination within the FAA is needed. Coordinate with appropriate local and other federal government agencies, such as Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), Transportation Security Administration (TSA), and the state environmental agency 1 4 3 Define Construction Contractor's Responsibilities. The contractor is responsible for complying with the CSPP and SPCD The contractor must 1-6 12/13/2017 AC 150/5370-2G 1 4 3 1 Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the C SPP and supply any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor, indicating an understanding of the operational safety requirements of the CSPP and the assertion of compliance with the approved CSPP and SPCD unless written approval is granted by the airport operator Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re -coordination with the airport operator and the FAA in advance 1 4 3 2 Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees 1 4 3 3 Ensure that construction personnel are familiar with safety procedures and regulations on the airport Provide a point of contact who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage 1 4 3 4 Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on-site when active construction is taking place 1 4 3 5 Conduct sufficient inspections to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards 1 4 3 6 Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD 1 4 3 7 Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. 1 4 3 8 Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, and other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator The FAA encourages online submittal of forms for expediency at https.//oeaaa.faa.gov/oeaaa/external/portal .j sp 1-7 12/13/2017 AC 150/5370-2G 1 4 3 9 Ensure that all necessary safety mitigations are understood by all parties involved, and any special requirements of each construction phase will be fulfilled per the approved timeframe 1 4 3 10 Participate in pre -construction meetings to review construction limits, safety mitigations, NOTAMs, and understand all special airport operational needs during each phase of the project. 1 4 4 Define Tenant's Responsibilities. If planning construction activities on leased property, Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction are strongly encouraged to 1 Develop, or have a consultant develop, a project specific CSPP and submit it to the airport operator The airport operator may forgo a complete CSPP submittal and instead incorporate appropriate operational safety principles and measures addressed in the advisory circular within their tenant lease agreements 2 In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval issued prior to issuance of a Notice to Proceed. 3 Ensure that construction personnel are familiar with safety procedures and regulations on the airport during all phases of the construction 4 Provide a point of contact of who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. 5 Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on-site when active construction is taking place 6 Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. 7 Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, as specified in the CSPP and SPCD 8 Ensure prompt submittal through the airport operator of Form 7460-1 for conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other), stock piles, and haul routes The FAA encourages online submittal of forms for expediency at https.//oeaaa.faa.gov/oeaaa/external/portal.j sp 9 Participate in pre -construction meetings to review construction limits, safety mitigations, NOTAMs, and understand all special airport operational needs during each phase of the project. 1-8 12/13/2017 AC 150/5370-2G CHAPTER 2. CONSTRUCTION SAFETY AND PHASING PLANS 2 1 Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator's CSPP and the contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with airport operations These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD 2 2 Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all times The airport operator must develop, certify, and submit for FAA approval each CSPP It is the airport operator's responsibility to apply the requirements of the FAA approved CSPP The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval The airport operator must also require and approve a SPCD from the project contractor 2 3 Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as follows While these milestones are not mandatory, early submission will help to avoid delays Submittals are preferred in 8 5 x 11 inch or 11 x 17 inch format for compatibility with the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) process 2 3 1 Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date, to the FAA for review at this stage of the project design. 2 3.2 Submit a CSPP. The CSPP should be formally submitted for FAA approval when the project design is 80 percent to 90 percent complete Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract 2-1 12/13/2017 AC 150/5370-2G 2 3 3 Submit an SPCD. The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. 2 3 4 Submit CSPP Revisions. All revisions to a previously approved CSPP must be re -submitted to the FAA for review and approval/disapproval action. 2 4 Meet CSPP Requirements. 2 4 1 To the extent possible, the CSPP should address the following as outlined in Chapter 3, Guidelines for Writing a CSPP Details that cannot be determined at this stage are to be included in the SPCD 1 Coordination. a. Contractor progress meetings b Scope or schedule changes c FAA ATO coordination. 2 Phasing. a. Phase elements b Construction safety drawings 3 Areas and operations affected by the construction activity a. Identification of affected areas b Mitigation of effects 4 Protection of navigation aids (NAVAIDs) 5 Contractor access a. Location of stockpiled construction materials b Vehicle and pedestrian operations 6 Wildlife management. a. Trash. b Standing water c Tall grass and seeds d. Poorly maintained fencing and gates e Disruption of existing wildlife habitat. 7 Foreign Object Debris (FOD) management. 8 Hazardous materials (HAZMAT) management. 9 Notification of construction activities 2-2 12/13/2017 AC 150/5370-2G a. Maintenance of a list of responsible representatives/ points of contact. b NOTAM. c Emergency notification procedures d. Coordination with ARFF Personnel e Notification to the FAA. 10 Inspection requirements a. Daily (or more frequent) inspections b Final inspections 11 Underground utilities 12 Penalties 13 Special conditions 14 Runway and taxiway visual aids Marking, lighting, signs, and visual NAVAIDs a. General b Markings c Lighting and visual NAVAIDs d. Signs, temporary, including orange construction signs, and permanent signs 15 Marking and signs for access routes 16 Hazard marking and lighting. a. Purpose b Equipment. 17 Work zone lighting for nighttime construction (if applicable) 18 Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces a. Runway Safety Area (RSA) b Runway Object Free Area (ROFA) c Taxiway Safety Area (TSA) Provide details for any adjustments to Taxiway Safety Area width to allow continued operation of smaller aircraft. See paragraph 2.22.3 d. Taxiway Object Free Area (TOFA) Provide details for any continued aircraft operations while construction occurs within the TOFA. See paragraph 2.22.4 e Obstacle Free Zone (OFZ) f Runway approach/departure surfaces 19 Other limitations on construction. a. Prohibitions 2-3 12/13/2017 AC 150/5370-2G b Restrictions 2 4.2 The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, "I, (Name of Contractor), have read the (Title of Project) CSPP, approved on (Date), and will abide by it as written and with the following additions as noted ") The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title The SPCD should not duplicate information in the C SPP 1 Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors 2 Phasing. Discuss proposed construction schedule elements, including a. Duration of each phase b Daily start and finish of construction, including "night only" construction. c Duration of construction activities during i Normal runway operations ii Closed runway operations iii Modified runway "Aircraft Reference Code" usage 3 Areas and operations affected by the construction activity These areas and operations should be identified in the CSPP and should not require an entry in the SPCD 4 Protection of NAVAIDs Discuss specific methods proposed to protect operating NAVAIDs 5 Contractor access Provide the following a. Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other) b Listing of individuals requiring driver training (for certificated airports and as requested) c Radio communications Types of radios and backup capabilities ii Who will be monitoring radios iii Who to contact if the ATCT cannot reach the contractor's designated person by radio 2-4 12/13/2017 AC 150/5370-2G d. Details on how the contractor will escort material delivery vehicles 6 Wildlife management. Discuss the following a. Methods and procedures to prevent wildlife attraction. b Wildlife reporting procedures 7 Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. 8 Hazardous Materials (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills 9 Notification of construction activities Provide the following a. Contractor points of contact. b Contractor emergency contact. c Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator d. Batch plant details, including 7460-1 submittal 10 Inspection requirements Discuss daily (or more frequent) inspections and special inspection procedures 11 Underground utilities Discuss proposed methods of identifying and protecting underground utilities 12 Penalties Penalties should be identified in the CSPP and should not require an entry in the SPCD 13 Special conditions Discuss proposed actions for each special condition identified in the CSPP 14 Runway and taxiway visual aids Including marking, lighting, signs, and visual NAVAIDs Discuss proposed visual aids including the following: a. Equipment and methods for covering signage and airfield lights b Equipment and methods for temporary closure markings (paint, fabric, other) c Temporary orange construction signs d. Types of temporary Visual Guidance Slope Indicators (VGSI) 15 Marking and signs for access routes Discuss proposed methods of demarcating access routes for vehicle drivers 16 Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas 17 Work zone lighting for nighttime construction (if applicable) Discuss proposed equipment, locations, aiming, and shielding to prevent interference with air traffic control and aircraft operations 2-5 12/13/2017 AC 150/5370-2G 18 Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: a. Equipment and methods for maintaining Taxiway Safety Area standards b Equipment and methods to ensure the safe passage of aircraft where Taxiway Safety Area or Taxiway Object Free Area standards cannot be maintained. c Equipment and methods for separation of construction operations from aircraft operations, including details of barricades 19 Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD 2 5 Coordination. Airport operators, or tenants responsible for design, bidding and conducting construction on their leased properties, should ensure at all project developmental stages, such as predesign, prebid, and preconstruction conferences, they capture the subject of airport operational safety during construction (see AC 150/5370-12, Docility Management for Federally Funded Airport Construction Projects) In addition, the following should be coordinated as required 2 5 1 Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project developmental stages 2 5.2 Scope or Schedule Changes. Changes in the scope or duration at any of the project stages may require revisions to the CSPP and review and approval by the airport operator and the FAA (see paragraph 1.4.2.17) 2 5 3 FAA ATO Coordination. Early coordination with FAA ATO is highly recommended during the design phase and is required for scheduling Technical Operations shutdowns prior to construction. Coordination is critical to restarts of NAVAID services and to the establishment of any special procedures for the movement of aircraft. Formal agreements between the airport operator and appropriate FAA offices are recommended. All relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, should be coordinated with FAA ATO and may require an FAA flight inspection prior to restarting the facility Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See paragraph 2.13.5.3.2 for required FAA notification regarding FAA -owned NAVAIDs ) 2-6 12/13/2017 AC 10/5370-2G 2 6 Phasing. Once it has been determined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible In this case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications 2 6 1 Phase Elements. For each phase the CSPP should detail • Areas closed to aircraft operations • Duration of closures • Taxi routes and/or areas of reduced TSA and TOFA to reflect reduced ADG use • ARFF access routes • Construction staging, disposal, and cleanout areas • Construction access and haul routes • Impacts to NAVAIDs • Lighting, marking, and signing changes • Available runway length and/or reduced RSA and ROFA to reflect reduced ADG use • Declared distances (if applicable) • Required hazard marking, lighting, and signing. • Work zone lighting for nighttime construction (if applicable) • Lead times for required notifications 2 6.2 Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (i e , construction safety drawings) should be developed for each construction phase Such drawings should be included in the CSPP as referenced attachments and should also be included in the contract drawing package 2 7 Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety Pre -meetings with the FAA ATO will support operational simulations See Appendix E for an example of a table showing temporary operations versus current operations The tables in Appendix E can be useful for coordination among all interested parties, including FAA Lines of Business 2-7 12/13/2017 AC 150/5370-2G 2 7 1 Identification of Affected Areas. Identifying areas and operations affected by the construction helps to determine possible safety problems The affected areas should be identified in the construction safety drawings for each construction phase (See paragraph 2.6.2 ) Of particular concern are 2 7 1 1 Closing, or Partial Closing, of Runways, Taxiways and Aprons, and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or takeoff in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is normally available for take -off in the direction of the displacement and for landing and takeoff in the opposite direction. Misunderstanding this difference, may result in issuance of an inaccurate NOTAM, and can lead to a hazardous condition. 2 7 1 1 1 Partially Closed Runways. The temporarily closed portion of a partially closed runway will generally extend from the threshold to a taxiway that may be used for entering and exiting the runway If the closed portion extends to a point between taxiways, pilots will have to back -taxi on the runway, which is an undesirable operation. See Figure 2-1 for a desirable configuration. 2 7 1 1.2 Displaced Thresholds. Since the portion of the runway pavement between the permanent threshold and a standard displaced threshold is available for takeoff and for landing in the opposite direction, the temporary displaced threshold need not be located at an entrance/exit taxiway See Figure 2-2 2 7 1 2 Closing of aircraft rescue and fire fighting access routes 2 7 1 3 Closing of access routes used by airport and airline support vehicles 2 7 1 4 Interruption of utilities, including water supplies for fire fighting. 2 7 1 5 Approach/departure surfaces affected by heights of objects 2 7 1 6 Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads 2-8 12/13/2017 Figure 2-1. Temporary Partially Closed Runway AC 10/5370-2G CHANGE LENSES — AS NECESSARY OBLITERATE AIMING POINT MARKING COVER DISTANCE — REMAINING SIGN IN THIS DIRECTION INSTALL SIGN AT BOTH ENDS OF THE RUNVVAY (OPTIONAL) Id 09L9318V1IVAV Nfla 3303)1Vl Z .1Ma —OBLITERATE TAXIVVAY CENTERLINE MARKINGS TO CLOSED AREAS tgf NSTALL TEMPORARY TAXIVVAY CLOSED MARKING T F ZV BLAST FENCE TO PROTECT CONSTRUCTION ZONE (MAY BE REQUIRED) IF BLAST FENCE IS NOT USED, INSTALL LOVV PROFILE BARRICADES —LOW PROFILE BARRICADES WITH FLASHERS SEE NOTE 1 OBLITERATE RUNVVAY DESIGNATION AND CENTERLINE MARKINGS DISCONNECT/COVER TAXIVVAY DIRECTION SIGNS I DISCONNECT/COVER TAXIVVAY DIRECTION SIGN DISCONNECT LIGHTS (TYPICAL) OBLITERATE THRESHOLD — MARKINGS 1 AREAS USE DECLARED DISTANCES TO PROVIDE RSA AND CLEAR APPROACH AND DEPARTURE SURFACE — INSTALL TEMPORARY RUNVVAY DESIGNATION AND THRESHOLD BAR INSTALL TEMPORARY RUNVVAY THRESHOLD/END LIGHTING I — INSTALL TEMPORARY REIL (OPTIONAL) — OBLITERATE TOUCHDOWN ZONE MARKING — INSTALL TEMPORARY CHEVRONS RUNVVAY SAFETY AREA EXTENDS REQUIRED DISTANCE PRIOR TO THRESHOLD NOTES 1 PLACE LOVV PROFILE BARRICADES AT ALL ACCESS POINTS TO CLOSED SECTION OF RUNVVAY 2 THIS FIGURE ISA SCHEMATIC REPRESENTATION AND NOT INTENDED FOR INSPECTION PURPOSES REFER TO THE APPLICABLE ACs FOR GUIDANCE 3 THIS FIGURE DEPICTS A TYPICAL TEMPORARY PARTIALLY CLOSED RUNVVAY THE ACTUAL TEMPORARY MEASURES WILL VARY PER EACH SPECIFIC SITUATION 4 DISCONNECT/COVER LIGHTS IN CLOSED CONSTRUCTION AREA —� 5 DURING CONSTRUCTION VASI AND PAPI SYSTEMS SHOULD BE TAKEN OUT OF SERVICE NOT TO SCALE 2-9 12/13/2017 Figure 2-2. Temporary Displaced Threshold AC 150/5370-2G OBLITERATE AIMING —_ POINT MARKING INSTALL TEMPORARY RUNVVAY DESIGNATION, ARROWHEADS AND DISPLACED THRESHOLD BAR INSTALL TEMPORARY — RUNVVAY THRESHOLD LIGHTING (INBOARD LIGHT IS YELLOW/GREEN, ALL OTHERS ARE BLANK/GREEN) INSTALL TEMPORARY — ARROWS TO EXISTING CENTERLINE MARKING, SEE NOTE TURN CENTERLINE LIGHTS — OFF IF DISPLACEMENT OF THRESHOLD IS MORE THAN 700' OBLITERATE RUNVVAY — DESIGNATION MARKING CHANGE EXISTING LIGHTS TO YELLOW/RED 6 o`o VP i AAAA. t NOTES 1 THIS FIGURE ISA SCHEMATIC REPRESENTATION AND NOT INTENDED FOR INSPECTION PURPOSES REFER TO THE APPLICABLE ACs FOR GUIDANCE 2 THIS FIGURE DIPICTS A TYPICAL TEMPORARY DISPLACED THRESHOLD THE ACTUAL TEMPORARY MEASURES WILL VARY PER EACH SPECIFIC SITUATION 3 DURING CONSTRUCTION VASI AND PAPI SYSTEMS SHOULD BE TAKEN OUT OF SERVICE a— CONSTRUCTION AREA — INSTALL TEMPORARY REIL (OPTIONAL) 1 — OBLITERATE TOUCHDOWN ZONE AND CENTERLINE MARKING USE DECLARED DISTANCES TO PROVIDE RSA AND CLEAR APPROACH/DEPARTURE SURFACE RUNVVAY SAFETY AREA EXTENDS REQUIRED DISTANCE PRIOR TO THRESHOLD OBLITERATE THRESHOLD MARKINGS INSTALL RED/RED LIGHTS — BLAST FENCE OUTSIDE TOFA TO PROTECT CONSTRUCTION ZONE (MAY BE REQUIRED) NOT TO SCALE Note: See paragraph 2.18.2.5 2-10 12/13/2017 AC 150/5370-2G 2 7.2 Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations The CSPP must address 2 7.2 1 Temporary changes to runway and/or taxi operations 2 7.2 2 Detours for ARFF and other airport vehicles 2 7.2 3 Maintenance of essential utilities 2 7.2 4 Temporary changes to air traffic control procedures Such changes must be coordinated with the ATO 2 8 Navigation Aid (NAVAID) Protection. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID (See paragraph 2.13.5.3 ) Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the "critical area" associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations This condition requires that a NOTAM be filed (see paragraph 2.13.2) Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs (See paragraph 2.13.5.3 ) 2 9 Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas Specifically address 2 9 1 Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area (OFA) of an operational runway Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness (See paragraph 2.18.2 ) This includes determining and 2-11 12/13/2017 AC 10/5370-2G verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage from blowing or tracked material See paragraphs 2.10 and 2.11 2 9.2 Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager In regard to vehicle and pedestrian operations, the CSPP should include the following, with associated training requirements 2 9.2 1 Construction Site Parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should provide reasonable contractor employee access to the job site 2 9.2 2 Construction Equipment Parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by construction personnel (for example, overnight, on weekends, or during other periods when construction is not active) Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Instrument Approach Procedures (IAP) See paragraph 2.13.1 for further information. 2 9.2 3 Access and Haul Roads. Determine the construction contractor's access to the construction sites and haul roads Do not permit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul 2-12 12/13/2017 AC 150/5370-2G roads does not interfere with NAVAIDs or approach surfaces of operational runways Address whether access gates will be blocked or inoperative or if a rally point will be blocked or inaccessible 2 9.2 4 Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting, of Vehicles Used on an Airport. 2 9.2 5 Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions 2 9.2 6 Required escorts 2 9.2 7 Training Requirements for Vehicle Drivers to Ensure Compliance with the Airport Operator's Vehicle Rules and Regulations. Specific training should be provided to vehicle operators, including those providing escorts See AC 150/5210-20, Ground Vehicle Operations on Airports, for information on training and records maintenance requirements 2 9.2 8 Situational Awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when given clearance to cross a runway, taxiway, or any other area open to airport operations In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time At non -towered airports, all aircraft movements and flight operations rely on aircraft operators to self-report their positions and intentions However, there is no requirement for an aircraft to have radio communications Because aircraft do not always broadcast their positions or intentions, visual checking, radio monitoring, and situational awareness of the surroundings is critical to safety 2 9.2 9 Two -Way Radio Communication Procedures. 2 9.2 9 1 General. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with 1 Airport operations 2 ATCT 2-13 12/13/2017 AC 150/5370-2G 3 Common Traffic Advisory Frequency (CTAF), which may include UNICOM, MULTICOM. 4 Automatic Terminal Information Service (ATIS) This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and "shortened" runways on the ATIS frequency 2 9.2 9.2 Areas Requiring Two -Way Radio Communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. 2 9.2 9 3 Frequencies to be Used. The airport operator will specify the frequencies to be used by the contractor, which may include the CTAF for monitoring of aircraft operations Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements At airports with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT 2 9.2 9 4 Proper radio usage, including read back requirements 2 9.2 9 5 Proper phraseology, including the International Phonetic Alphabet. 2 9.2 9 6 Light Gun Signals. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure See the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings " This safety placard may be downloaded through the Runway Safety Program Web site at http.//www.faa.gov/airports/runway safety/publications/ (see "Signs & Markings Vehicle Dashboard Sticker") or obtained from the FAA Airports Regional Office 2 9.2 10 Maintenance of the secured area of the airport, including: 2 9.2 10 1 Fencing and Gates. Airport operators and contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggybacking" behind another person or vehicle The Department of Transportation (DOT) document DOT/FAA/AR- 2-14 12/13/2017 AC 150/5370-2G 00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International, or American Association of Airport Executives 2 9.2 10.2 Badging Requirements. Airports subject to 49 CFR Part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel 2 10 Wildlife Management. The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard management plan, if applicable See AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports, and CertAlert 98-05, Grasses Attractive to Hazardous Wildlife. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as 2 10 1 Trash. Food scraps must be collected from construction personnel activity 2 10.2 Standing Water. 2 10 3 Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control Grass seed is attractive to birds Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent or equivalent) for assistance and recommendations These agencies can also provide liming and fertilizer recommendations 2 10 4 Poorly Maintained Fencing and Gates. See paragraph 2.9.2.10.1 2 10 5 Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings 2-15 12/13/2017 AC 150/5370-2G 2 11 Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines Construction contractors must not leave or place FOD on or near active aircraft movement areas Materials capable of creating FOD must be continuously removed during the construction project. Fencing (other than security fencing) or covers may be necessary to contain material that can be carried by wind into areas where aircraft operate See AC 150/5210-24, Foreign Object Debris (FOD) Managenient. 2 12 Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks Transport and handling of other hazardous materials on an airport also requires special procedures See AC 150/5320-15, Managenient of Airportlndustrial Waste. 2 13 Notification of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below, as applicable 2 13 1 List of Responsible Representatives/points of contact for all involved parties, and procedures for contacting each of them, including after hours 213.2 NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center), and must either enter the NOTAM into NOTAM Manager, or provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator See paragraph 2.7.1.1 about issuing NOTAMs for partially closed runways versus runways with displaced thresholds 2-16 12/13/2017 AC 150/5370-2G 2 13 3 Emergency notification procedures for medical, fire fighting, and police response 2 13 4 Coordination with ARFF. The C SPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires 1 The deactivation and subsequent reactivation of water lines or fire hydrants, or 2 The rerouting, blocking and restoration of emergency access routes, or 3 The use of hazardous materials on the airfield. 2 13 5 Notification to the FAA. 21351 21352 Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i e , cranes, graders, other equipment) on airports FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office See Appendix A to download the form Further guidance is available on the FAA web site at oeaaa.faa.gov Part 157. With some exceptions, Title 14 CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport operator notify the FAA in writing whenever a non -Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office See Appendix A to download the form 2 13 5 3 NAVAIDs. For emergency (short -notice) notification about impacts to both airport owned and FAA owned NAVAIDs, contact 866-432-2622 2 13 5 3 1 Airport Owned/FAA Maintained. If construction operations require a shutdown of 24 hours or greater in duration, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45 -day minimum notice to FAA ATO/Technical Operations prior to facility shutdown, using Strategic Event Coordination (SEC) Form 6000 26 contained within FAA Order 6000 15, General Maintenance Handbook for National Airspace Systeni (NAS) Facilities 2-17 12/13/2017 AC 150/5370-2G 2 13 5 3.2 FAA Owned. 1 The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs, using SEC Form 6000.26 2 Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs Refer to active Service Level Agreement with ATO for specifics 2 14 Inspection Requirements. 2 14 1 Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP A sample checklist is provided in Appendix D, Construction Project Daily Safety Inspection Checklist See also AC 150/5200-18, Airport Safety Self -Inspection. Airport operators holding a Part 139 certificate are required to conduct self -inspections during unusual conditions, such as construction activities, that may affect safe air carrier operations 2 14.2 Interim Inspections. Inspections should be conducted of all areas to be (re)opened to aircraft traffic to ensure the proper operation of lights and signs, for correct markings, and absence of FOD The contractor should conduct an inspection of the work area with airport operations personnel The contractor should ensure that all construction materials have been secured, all pavement surfaces have been swept clean, all transition ramps have been properly constructed, and that surfaces have been appropriately marked for aircraft to operate safely Only if all items on the list meet with the airport operator's approval should the air traffic control tower be notified to open the area to aircraft operations The contractor should be required to retain a suitable workforce and the necessary equipment at the work area for any last minute cleanup that may be requested by the airport operator prior to opening the area. 2 14 3 Final Inspections. New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service Coordinate with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary 2-18 12/13/2017 AC 150/5370-2G 2 15 Underground Utilities. The CSPP and/or SPCD must include procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas This may involve coordinating with public utilities and FAA ATO/Technical Operations Note that "One Call" or "Miss Utility" services do not include FAA ATO/Technical Operations 216 Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursion) Such penalties typically include rescission of driving privileges or access to the AOA. 2 17 Special Conditions. The CSPP must detail any special conditions that affect the operation of the airport and will require the activation of any special procedures (for example, low -visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring construction suspension/resumption) 2 18 Runway and Taxiway Visual Aids. This includes marking, lighting, signs, and visual NAVAIDs The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs that are to continue to perform their functions during construction remain in place and operational Visual NAVAIDs that are not serving their intended function during construction must be temporarily disabled, covered, or modified as necessary The CSPP must address the following, as appropriate 2 18 1 General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, and other wind currents and constructed of materials that will minimize damage to an aircraft in the event of inadvertent contact. Items used to secure such markings must be of a color similar to the marking. 218.2 Markings. During the course of construction projects, temporary pavement markings are often required to allow for aircraft operations during or between work periods During the design phase of the project, the designer should coordinate with the project manager, 2-19 12/13/2017 AC 150/5370-2G airport operations, airport users, the FAA Airports project manager, and Airport Certification Safety Inspector for Part 139 airports to determine minimum temporary markings The FAA Airports project manager will, wherever a runway is closed, coordinate with the appropriate FAA Flight Standards Office and disseminate findings to all parties Where possible, the temporary markings on finish grade pavements should be placed to mirror the dimensions of the final markings Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings, except as noted herein Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers (See paragraph 2.18.2.1.2 ) 2 18.2 1 Closed Runways and Taxiways. 218.211 Permanently Closed Runways. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place an X at each end and at 1,000 -foot (300 m) intervals For a multiple runway environment, if the lighted X on a designated number will be located in the RSA of an adjacent active runway, locate the lighted X farther down the closed runway to clear the RSA of the active runway In addition, the closed runway numbers located in the RSA of an active runway must be marked with a flat yellow X 2 18.2 1.2 Temporarily Closed Runways. For runways that have been temporarily closed, place an X at each end of the runway directly on or as near as practicable to the runway designation numbers For a multiple runway environment, if the lighted X on a designated number will be located in the RSA of an adjacent active runway, locate the lighted X farther down the closed runway to clear the RSA of the active runway In addition, the closed runway numbers located in the RSA of an active runway must be marked with a flat yellow X See Figure 2-3 See also paragraph 2.18.3.3 2 18.2 1 3 Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1 An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 2.7.1.1 for the difference between partially closed runways and runways with displaced thresholds Because of the temporary nature of threshold displacement due to construction, it is not necessary to re -adjust the existing runway centerline markings to meet standard spacing for a runway with a visual approach. Some of the requirements below may be waived in the cases of low -activity airports and/or short duration changes that are measured in days rather than weeks Consider whether the presence of an airport traffic 2-20 12/13/2017 AC 150/5370-2G control tower allows for the development of special procedures Contact the appropriate FAA Airports Regional or District Office for assistance Figure 2-3. Markings for a Temporarily Closed Runway 1 Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar, runway designation, and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1) Obliterate or cover markings prior to the moved threshold. Existing touchdown zone markings beyond the moved threshold may remain in place Obliterate aiming point markings Issue appropriate NOTAMs regarding any nonstandard markings See Figure 2-4 2 Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar, runway designation, and white arrowheads with and without arrow shafts These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1 Obliterate markings prior to the displaced threshold. Existing touchdown zone markings beyond the displaced threshold may remain in place Obliterate aiming point markings Issue appropriate NOTAMs regarding any nonstandard markings See Figure 2-2 2-21 12/13/2017 AC 150/5370-2G 2 18.2 1 4 Taxiways. 1 Permanently Closed Taxiways. AC 150/5300-13 Airport Design, notes that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway See Figure 2-4 Figure 2-4. Temporary Taxiway Closure OBLITERATE LEAD-OFF CENTERLINE FOR EXTENDED CLOSURE TAXIWAY CLOSURE MARKER RSA EOUNDARY CLOSED TAXIWAY HOLDING POSITION MARKING LOW PROFILE BARRICADES WITH FLASHERS LOW PROFILE BARRICADES WITH FLASHERS TSA BOUNDARY 2-22 12/13/2017 AC 150/5370-2G 2 Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines and taxiway to taxiway turns, leading to the closed section. Always obliterate runway lead-off lines for high speed exits, regardless of the duration of the closure If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. See Figure 2-4 2 18.2 1 5 Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. 2 18.2 2 If unable to paint temporary markings on the pavement, construct them from any of the following materials fabric, colored plastic, painted sheets of plywood, or similar materials They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents Items used to secure such markings must be of a color similar to the marking. 2 18.2 3 2 18.2 4 2 18.2 5 It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. If it is not possible to install threshold bars, chevrons, and arrows on the pavement, "temporary outboard white threshold bars and yellow arrowheads", see Figure 2-5, may be used. Locate them outside of the runway pavement surface on both sides of the runway The dimensions must be as shown in Figure 2-5 If the markings are not discernible on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible The application rate of paint to mark a short-term temporary runway and taxiway markings may deviate from the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10), but the dimensions must meet the existing standards When applying temporary markings at night, it is recommended that the fast curing, Type II paint be used to help offset the higher humidity and cooler temperatures often experienced at night. Diluting the paint will substantially increase cure time and is not recommended. Glass beads are not recommended for temporary markings Striated markings may also be used for certain temporary markings AC 2-23 12/13/2017 AC 150/5370-2G 150/5340-1, Standards for Airport Markings, has additional guidance on temporary markings Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads YELLOW ARROWHEAD DETAIL INSTALL TEMPORARY WHITE THRESHOLD BARS AND YELLOVVARROVVHEADS ON BOTH SIDES SEE DETAIL BELOW CLOSED PORTION OF RUNVVAY 2-24 12/13/2017 AC 150/5370-2G 2 18 3 Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems See below for hazard lighting. Lighting installation must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and fixture design in conformance with AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers See AC 150/5340-26, Maintenance ofAirport V isual Aid Facilities, for disconnect procedures and safety precautions Alternately, cover the light fixture in such a way as to prevent light leakage Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources Maintain mandatory hold signs to operate normally in any situation where pilots or vehicle drivers could mistakenly be in that location. At towered airports certificated under Part 139, holding position signs are required to be illuminated on open taxiways crossing to closed or inactive runways If the holding position sign is installed on the runway circuit for the closed runway, install a jumper to the taxiway circuit to provide power to the holding position sign for nighttime operations Where it is not possible to maintain power to signs that would normally be operational, install barricades to exclude aircraft. Figure 2-1, Figure 2-2, Figure 2-3, and Figure 2-4 illustrate temporary changes to lighting and visual NAVAIDs 21831 21832 Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits Temporarily Closed Runways and New Runways Not Yet Open to Air Traffic. If available, use a lighted X, both at night and during the day, placed at each end of the runway on or near the runway designation numbers facing the approach. (Note that the lighted X must be illuminated at all times that it is on a runway) The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator Activate stop bars if available Figure 2-6 shows a lighted X by day Figure 2-7 shows a lighted X at night. 2-25 12/13/2017 Figure 2-6. Lighted X in Daytime AC 10/5370-2G Figure 2-7. Lighted X at Night 21833 Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially 2-26 12/13/2017 AC 150/5370-2G closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service 2 18 3 3 1 Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed) Alternately, cover the light fixtures in such a way as to prevent light leakage See Figure 2-1 2 18 3 3.2 Temporary Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light (white for visual runways) in the opposite direction. If the displacement is 700 feet or less, blank out centerline lights in the direction of approach or place the centerline lights out of service If the displacement is over 700 feet, place the centerline lights out of service See AC 150/5340-30 for details on lighting displaced thresholds See Figure 2-2 218333 218334 218335 218336 Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 2.18.2.1.3 Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR Part 139 309) At non -certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible See AC 150/5345-39, Specification for L- 853, Runway and Taxiway Retroreflective Markers. Temporary threshold lights and runway end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible, but not more than 3 inch (7 6 cm) above ground. (The standard above ground height for airport lighting fixtures is 14 inches (35 cm)) When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage See AC 150/5370-10 Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30 Battery powered, solar, or portable lights that meet the criteria in AC 150/5345-50 may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operations but may 2-27 12/13/2017 AC 150/5370-2G 218337 218338 be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office When runway thresholds are temporarily displaced, reconfigure yellow lenses (caution zone), as necessary, and place the centerline lights out of service Relocate the Visual Glide Slope Indicator (VGSI), such as Visual Approach Slope Indicator (VASI) and Precision Approach Path Indicator (PAPI), other airport lights, such as Runway End Identifier Lights (REIL), and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway If the FAA owns and operates the VGSI, coordinate its installation or disabling with the local ATO/Technical Operations Office Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense See FAA JO 6850.2, Visual Guidance Lighting Systems, for installation criteria for FAA owned and operated NAVAIDs 2 18 3 3 9 Issue a NOTAM to inform pilots of temporary lighting conditions 21834 Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits When deactivation is not possible (for example other taxiways on the same circuit are to remain open), cover the light fixture in a way as to prevent light leakage 2 18 4 Signs. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs, and AC 150/5340-18, Standard for Airport Sign Systems. 21841 Existing Signs. Runway exit signs are to be covered for closed runway exits Outbound destination signs are to be covered for closed runways Any time a sign does not serve its normal function or would provide conflicting information, it must be covered or removed to prevent misdirecting pilots Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs 2-28 12/13/2017 AC 150/5370-2G 21842 Temporary Signs. Orange construction signs comprise a message in black on an orange background. Orange construction signs may help pilots be aware of changed conditions The airport operator may choose to introduce these signs as part of a movement area construction project to increase situational awareness when needed. Locate signs outside the taxiway safety limits and ahead of construction areas so pilots can take timely action. Use temporary signs judiciously, striking a balance between the need for information and the increase in pilot workload. When there is a concern of pilot "information overload," the applicability of mandatory hold signs must take precedence over orange construction signs recommended during construction. Temporary signs must meet the standards for such signs in Engineering Brief 93, Guidance for the Assembly and Installation of Temporary Orange Construction Signs. Many criteria in AC 150/5345-44, Specification for Runway and Taxiway Signs, are referenced in the Engineering Brief. Permissible sign legends are 1 CONSTRUCTION AHEAD, 2 CONSTRUCTION ON RAMP, and 3 RWY XX TAKEOFF RUN AVAILABLE XXX FT Phasing, supported by drawings and sign schedule, for the installation of orange construction signs must be included in the CSPP or SPCD 2 18 4 2 1 Takeoff Run Available (TORA) signs. Recommended: Where a runway has been shortened for takeoff, install orange TORA signs well before the hold lines, such as on a parallel taxiway prior to a turn to a runway hold position See EB 93 for sign size and location. 2 18 4 2.2 Sign legends are shown in Figure F-1 Note: See Figure E-1, Figure E-2, Figure E-3, Figure F-2, and Figure F-3 for examples of orange construction sign locations 2 19 Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD 2-29 12/13/2017 AC 10/5370-2G 2 20 Hazard Marking, Lighting and Signing. 2 20 1 Hazard marking, lighting, and signing prevent pilots from entering areas closed to aircraft, and prevent construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Also consider less obvious construction -related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines, instrument landing system (ILS) critical areas, airport surfaces, such as RSA, OFA, and OFZ, and other sensitive areas to make it easier for contractor personnel to avoid these areas 2 20.2 Equipment. 2 20.2 1 Barricades. Low profile barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude aircraft, gaps between barricades must be smaller than the wingspan of the smallest aircraft to be excluded, if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 feet (1.2 meters) Provision must be made for ARFF access if necessary If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD 2 20.2 2 Lights. Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 feet (3 meters) Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours 2 20.2 3 Supplement Barricades with Signs (for example) As Necessary. Examples are "No Entry" and "No Vehicles " Be aware of the increased effects of wind and jet blast on barricades with attached signs 2-30 12/13/2017 AC 150/5370-2G 2 20.2 4 Air Operations Area — General. Barricades are not permitted in any active safety area or on the runway side of a runway hold line Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, highly reflective collapsible barricades marked with diagonal, alternating orange and white stripes, and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 inch (50 by 50 cm) square and securely fastened to eliminate FOD All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 inches high, exclusive of supplementary lights and flags Barricades must be of low mass, easily collapsible upon contact with an aircraft or any of its components, and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, and other surface wind currents If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 inch (7 6 cm) above the ground. Figure 2-8 and Figure 2-9 show sample barricades with proper coloring and flags Figure 2-8. Interlocking Barricades 2-31 12/13/2017 Figure 2-9. Low Profile Barricades AC 150/5370-2G 2 20.2 5 Air Operations Area — Runway/Taxiway Intersections. Use highly reflective barricades with lights to close taxiways leading to closed runways Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time However, even for closures of relatively short duration, close all taxiway/runway intersections with barricades The use of traffic cones is appropriate for short duration closures 2 20.2 6 Air Operations Area — Other. Beyond runway and taxiway object free areas and aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels 2 20.2 7 Maintenance. The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades The contractor must file the contact person's information with the airport operator Lighting should be checked for proper operation at least once per day, preferably at dusk. 2 21 Work Zone Lighting for Nighttime Construction. Lighting equipment must adequately illuminate the work area if the construction is to be performed during nighttime hours Refer to AC 150/5370-10 for minimum illumination levels for nighttime paving projects Additionally, it is recommended that all support equipment, except haul trucks, be equipped with artificial illumination to safely 2-32 12/13/2017 AC 150/5370-2G illuminate the area immediately surrounding their work areas The lights should be positioned to provide the most natural color illumination and contrast with a minimum of shadows The spacing must be determined by trial Light towers should be positioned and adjusted to aim away from ATCT cabs and active runways to prevent blinding effects Shielding may be necessary Light towers should be removed from the construction site when the area is reopened to aircraft operations Construction lighting units should be identified and generally located on the construction phasing plans in relationship to the ATCT and active runways and taxiways 2 22 Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, OFZs, OFAs, and approach surfaces are described in AC 150/5300-13 Protection of these areas includes limitations on the location and height of equipment and stockpiled material An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions (see paragraph 2.13.5) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. 2 22 1 Runway Safety Area (RSA). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 150/5300-13) Construction activities within the existing RSA are subject to the following conditions 22211 22212 22213 No construction may occur within the existing RSA while the runway is open for aircraft operations The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (See AC 150/5300-13) The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published, and appropriate NOTAMs issued. See AC 150/5300-13 for guidance on the use of declared distances The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations 2-33 12/13/2017 AC 150/5370-2G 2 22 1 4 Excavations. 222141 2 22 1 4.2 22215 Open trenches or excavations are not permitted within the RSA while the runway is open. Backfill trenches before the runway is opened. If backfilling excavations before the runway must be opened is impracticable, cover the excavations appropriately Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. 2 22.2 Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval 2 22 3 Taxiway Safety Area (TSA). 22231 22232 A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway (See AC 150/5300-13 ) Since the width of the TSA is equal to the wingspan of the design aircraft, no construction may occur within the TSA while the taxiway is open for aircraft operations The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction. Give special consideration to TSA dimensions at taxiway turns and intersections (see AC 150/5300-13) The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. 2-34 12/13/2017 AC 150/5370-2G 2 22 3 3 The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations 2 22 3 4 Excavations. 1 Curves Open trenches or excavations are not permitted within the TSA while the taxiway is open. Trenches should be backfilled before the taxiway is opened. If backfilling excavations before the taxiway must be opened is impracticable, cover the excavations appropriately Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. 2 Straight Sections Open trenches or excavations are not permitted within the TSA while the taxiway is open for unrestricted aircraft operations Trenches should be backfilled before the taxiway is opened. If backfilling excavations before the taxiway must be opened is impracticable, cover the excavations to allow the safe passage of ARFF equipment and of the heaviest aircraft operating on the taxiway across the trench without causing damage to the equipment or aircraft. In rare circumstances where the section of taxiway is indispensable for aircraft movement, open trenches or excavations may be permitted in the TSA while the taxiway is open to aircraft operations, subject to the following restrictions a. Taxiing speed is limited to 10 mph. b Appropriate NOTAMs are issued. c Marking and lighting meeting the provisions of paragraphs 2.18 and 2.20 are implemented. d. Low mass, low -profile lighted barricades are installed. e Appropriate temporary orange construction signs are installed. 3 Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness 2 22 3 5 Erosion control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. 2-35 12/13/2017 AC 150/5370-2G 2 22 4 Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations Thus, the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations 22241 22242 22243 The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available Give special consideration to TOFA dimensions at taxiway turns and intersections Offset taxiway centerline and edge pavement markings (do not use glass beads) may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting, centerline reflectors, or taxiway edge reflectors are required. Existing lighting that does not coincide with the temporary markings must be taken out of service Construction activity, including open excavations, may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions 2 22 4 3 1 Taxiing speed is limited to 10 mph. 2 22 4 3.2 NOTAMs issued advising taxiing pilots of hazard and recommending reduced taxiing speeds on the taxiway 2 22 4 3 3 Marking and lighting meeting the provisions of paragraphs 2.18 and 2.20 are implemented. 2 22 4 3 4 If desired, appropriate orange construction signs are installed. See paragraph 2.18.4.2 and Appendix F 2 22 4 3 5 Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang) If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the usable pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. 222436 Flaggers furnished by the contractor must be used to direct and control construction equipment and personnel to a pre -established setback distance for safe passage of aircraft, and airline and/or airport personnel Flaggers must also be used to direct taxiing aircraft. Due to liability issues, the airport operator should require airlines to provide flaggers for directing taxiing aircraft 2-36 12/13/2017 AC 150/5370-2G 2 22 5 Obstacle Free Zone (OFZ). In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions Coordinate with the FAA through the appropriate FAA Airports Regional or District Office 2 22 6 Runway Approach/Departure Areas and Clearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in AC 150/5300-13 Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures Coordinate with the FAA through the appropriate FAA Airports Regional or District Office 22261 22262 22263 Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non -towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users Caution About Partial Runway Closures. When filing a NOTAM for a partial runway closure, clearly state that the portion of pavement located prior to the threshold is not available for landing and departing traffic In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold) There may be situations where the portion of closed runway is available for taxiing only If so, the NOTAM must reflect this condition) Caution About Displaced Thresholds. Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate -stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, or other work within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure 2 23 Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to 2-37 12/13/2017 AC 150/5370-2G 2 23 1 Prohibitions. 2 23 1 1 No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. 2 23 1 2 No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use 2 23 1 3 No use of electrical blasting caps on or within 1,000 feet (300 meters) of the airport property See AC 150/5370-10 2 23.2 Restrictions. 2 23.2 1 Construction suspension required during specific airport operations 2 23.2 2 Areas that cannot be worked on simultaneously 2 23.2 3 Day or night construction restrictions 2 23.2 4 Seasonal construction restrictions 2 23.2 5 Temporary signs not approved by the airport operator 2 23.2 6 Grades changes that could result in unplanned effects on NAVAIDs 2-38 12/13/2017 AC 150/5370-2G CHAPTER 3. GUIDELINES FOR WRITING A CSPP 3 1 General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in paragraph 2_4 The CSPP is organized by numbered sections corresponding to each subject listed in paragraph 2.4, and described in detail in paragraphs 2_5 - 2.23 Each section number and title in the CSPP matches the corresponding subject outlined in paragraph 2.4 (for example, 1 Coordination, 2 Phasing, 3 Areas and Operations Affected by the Construction Activity, and so on) With the exception of the project scope of work outlined in Section 2 Phasing, only subjects specific to operational safety during construction should be addressed. 3 2 Applicability of Subjects. Each section should, to the extent practical, focus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply For example, the requirement to protect existing underground FAA ILS cables during trenching operations could be considered FAA ATO coordination (Coordination, paragraph 2.5.3), an area and operation affected by the construction activity (Areas and Operations Affected by the Construction Activity, paragraph 2.7.1.4), a protection of a NAVAID (Protection of Navigational Aids (NAVAIDs), paragraph 2_8), or a notification to the FAA of construction activities (Notification of Construction Activities, paragraph 2.13.5.3.2) However, it is more specifically an underground utility requirement (Underground Utilities, paragraph 2.15) The procedure for protecting underground ILS cables during trenching operations should therefore be described in 2 4 2 11 "The contractor must coordinate with the local FAA System Support Center (SSC) to mark existing ILS cable routes along Runway 17-35 The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of the cable markings " All other applicable sections should include a reference to 2 4.2 11 "ILS cables shall be identified and protected as described in 2 4 2 11" or "See 2 4 2 11 for ILS cable identification and protection requirements " Thus, the CSPP should be considered as a whole, with no need to duplicate responses to related issues 3 3 Graphical Representations. Construction safety drawings should be included in the CSPP as attachments When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/or photographs should also be attached to the CSPP References should be made in the CSPP to each graphical attachment and may be made in multiple sections 3-1 12/13/2017 AC 150/5370-2G 3 4 Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced document must be provided to the contractor Where this AC recommends references (e g. as in paragraph 3.9) the intent is to include a reference to the corresponding section in the CSPP, not to this Advisory Circular 3 5 Restrictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent ("as -built") features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 3 6 Coordination. Include in this section a detailed description of conferences and meetings to be held both before and during the project. Include appropriate information from AC 150/5370- 12 Discuss coordination procedures and schedules for each required FAA ATO Technical Operations shutdown and restart and all required flight inspections 3 7 Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 3.8, as appropriate 3 8 Areas and Operations Affected by Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP Include references to paragraphs below as appropriate Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. See Appendix F for sample operational effects tables and figures 3 9 NAVAID Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities Identify individuals responsible for coordinating each shutdown and when each facility will be out of service Include a reference to paragraph 36 for FAA ATO NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities Include a reference to paragraph 3.14 for the 3-2 12/13/2017 AC 150/5370-2G issuance of NOTAMs as required. Include a reference to paragraph 3.16 for the protection of underground cables and piping serving NAVAIDs If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 3.19 Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas 3 10 Contractor Access. This will necessarily be the most extensive section of the CSPP Provide sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require Due to this extent, it should be broken down into subsections as described below. 3 10 1 Location of Stockpiled Construction Materials. Describe in this section specific locations for stockpiling material Note any height restrictions on stockpiles Include a reference to paragraph 3.21 for hazard marking and lighting devices used to identify stockpiles Include a reference to paragraph 3.11 for provisions to prevent stockpile material from becoming wildlife attractants Include a reference to paragraph 3.12 for provisions to prevent stockpile material from becoming FOD Attach drawings to graphically indicate the stockpile locations 3 10.2 Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue keeping people and vehicles from areas of the airport where they don't belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying HAZMAT vehicles Quote from, rather than incorporate by reference, AC 150/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program Discuss the airport's recordkeeping system listing authorized vehicle operators 3 10 3 Two -Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor CTAF at airports without or with closed ATCT Include training requirements for all individuals required to communicate with AT Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations, this procedure should be described in detail Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light 3-3 12/13/2017 AC 150/5370-2G signals, telephone numbers, others) must be included. All radio frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on) 3 10 4 Airport Security. Address security as it applies to vehicle and pedestrian operations Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points 3 11 Wildlife Management. Discuss in this section wildlife management procedures Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences, and procedures to limit wildlife attractants Include procedures to notify Airport Operations of wildlife encounters Include a reference to paragraph 3.10 for security (wildlife) fence integrity maintenance as required. 3 12 FOD Management. In this section, discuss methods to control and monitor FOD worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 3.15 for inspection requirements as required. 3 13 HAZMAT Management. Describe in this section HAZMAT management procedures fuel deliveries, spill recovery procedures, Safety Data Sheet (SDS), Material Safety Data Sheet (MSDS) or Product Safety Data Sheet (PSDS) availability, and other considerations Any specific airport HAZMAT restrictions should also be identified. Include a reference to paragraph 3.10 for HAZMAT vehicle identification requirements Quote from, rather than incorporate by reference, AC 150/5320-15 3 14 Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives — and at least one alternate — for each party List both on -duty and off-duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID service) Explain requirements for and the procedures for the issuance of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each specific type of Notice to 3-4 12/13/2017 AC 150/5370-2G Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and medical emergencies This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals Identify the E911 address of the airport and the emergency access route via haul roads to the construction site Require the contractor to have this information available to all workers The local Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 3.10 Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water supplies and access roads Identify the primary ARFF contact person and at least one alternate If notification is to be made through Airport Operations, then detail this procedure Include a method of confirmation from the ARFF department. 3 15 Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance Include a requirement for routine inspections by the resident engineer (RE) or other airport operator's representative and the construction contractors If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual Describe procedures for special inspections, such as those required to reopen areas for aircraft operations Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change 3 16 Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities Include a reference to paragraph 3.14 for notification of utility owners of accidental utility disruption as required. 317 Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP SIDA violations, VPD, and others 3 18 Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspension/resumption. Include a reference to paragraph 3.10 for compliance with airport safety and security measures and for radio communications as required. Include 3-5 12/13/2017 AC 150/5370-2G a reference to paragraph 3.14 for emergency notification of all involved parties, including police/security, ARFF, and medical services 3 19 Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration of FAA facilities and for necessary flight checks Identify temporary TORA signs or runway distance remaining signs if appropriate Identify required temporary visual NAVAIDs such as REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings; AC 150/5340-18, Standards for Airport Sign Systems; and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs 3 20 Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes To the extent possible, signs should be in conformance with the Federal Highway Administration MUTCD and/or State highway specifications, not hand lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements 3 21 Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 3.14 Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 3 22 Work Zone Lighting for Nighttime Construction. If work is to be conducted at night, specify all lighting equipment, including when and where each type of device is to be used. Indicate the direction lights are to be aimed and any directions that aiming of lights is prohibited. Specify any shielding necessary in instances where aiming is not sufficient to prevent interference with air traffic control and aircraft operations Attach drawings to graphically indicate the placement and aiming of lighting equipment. Where the plan only indicates directions that aiming of lights is prohibited, the placement and positioning of portable lights must be proposed by the Contractor and approved by the airport operator's representative each time lights are relocated or repositioned. 3-6 12/13/2017 AC 150/5370-2G 3 23 Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction methods of demarcation, limit of access, movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13, as required. Include a reference to paragraph 3.10 for procedures regarding vehicle and personnel movement within safety areas Include a reference to paragraph 3.10 for material stockpile restrictions as required. Detail requirements for trenching, excavations, and backfill Include a reference to paragraph 3.21 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide the required Runway Safety Area, include a reference to paragraphs 3.14 and 3.19 Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including those altered by the construction methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13, as required. Include a reference to paragraph 3.24 for height (i e , crane) restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional "box" within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries 3 24 Other Limitations on Construction. This section should describe what limitations must be applied to each area of work and when each limitation will be applied limitations due to airport operations, height (i e , crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations Include a reference to paragraph 3.7 for project phasing requirements based on construction limitations as required. 3-7 12/13/2017 AC 10/5370-2G Page Intentionally Blank 3-8 12/13/2017 APPENDIX A. RELATED READING MATERIAL AC 150/5370-2G Appendix A Obtain the latest version of the following free publications from the FAA on its Web site at http.//www.faa.gov/airports/ Table A-1. FAA Publications Number Title and Description AC 150/5200-28 Notices to Airnien (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. AC 150/5200-30 Airport Field Condition Assessnients and Winter Operations Safety Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures AC 150/5200-33 Hazardous Wildlife Attractants Oii or Near Airports Guidance on locating certain land uses that might attract hazardous wildlife to public -use airports AC 150/5210-5 Painting, Marking, and Lighting of L'ehicles Used on an Airport Guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas AC 150/5210-20 Ground Vehicle Operations to include Taxiing or Towing an Aircraft on Airports Guidance to airport operators on developing ground vehicle operation training programs AC 150/5300-13 Airport Design FAA standards and recommendations for airport design. Establishes approach visibility minimums as an airport design parameter, and contains the Object Free area and the obstacle free -zone criteria. AC 150/5210-24 Airport Foreign Object Debris (FOD) Management Guidance for developing and managing an airport foreign object debris (FOD) program A-1 12/13/2017 AC 150/5370-2G Appendix A Number Title and Description AC 150/5320-15 Management of Airport Industrial Waste Basic information on the characteristics, management, and regulations of industrial wastes generated at airports Guidance for developing a Storm Water Pollution Prevention Plan (SWPPP) that applies best management practices to eliminate, prevent, or reduce pollutants in storm water runoff with particular airport industrial activities AC 150/5340-1 Standards for Airport Markings FAA standards for the siting and installation of signs on airport runways and taxiways AC 150/5340-18 Standards for Airport Sign Systems FAA standards for the siting and installation of signs on airport runways and taxiways AC 150/5345-28 Precision Approach Path Indicator (PAPI) Systems FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. AC 150/5340-30 Design and Irnstallat/on Details for Airport Visual Aids Guidance and recommendations on the installation of airport visual aids AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers AC 150/5345-44 Specification for Runway and Taxiway Signs FAA specifications for unlighted and lighted signs for taxiways and runways AC 150/5345-53 Airport Lighting Equipment Certification Program Details on the Airport Lighting Equipment Certification Program (ALECP) AC 150/5345-50 Specification for Portable Runway and Taxiway Lights FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative AC 150/5345-55 Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure A-2 12/13/2017 AC 150/5370-2G Appendix A Number Title and Description AC 150/5370-10 Standards for Specf ling, Construction ofAirports Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. Title 14 CFR Part 139 AC 150/5370-12 Quality Managenient for Federally Funded Airport Construction Projects Airport Security EB 93 Guidance for the Assenibly and Installation of Temporary Orange Construction Signs FAA Order 5200 11 FAA Airports (ARP) Safety Management System (SMS) Basics for implementing SMS within ARP Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS FAA Certalert 98-05 Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landing Area Proposal FAA Form 6000.26 National NAS Strategic Interruption Service Level Agreement, Strategic Events Coordination, Airport Sponsor Form Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http.//www.ecfr.gov/ Table A-2. Code of Federal Regulation Number Title Title 14 CFR Part 77 Safe, Efficient Use and Preservation of the Navigable Airspace Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http.//mutcd.fhwa.dot.gov/ A-3 12/13/2017 Page Intentionally Blank A-4 AC 10/5370-2G Appendix A 12/13/2017 APPENDIX B. TERMS AND ACRONYMS Table B-1. Terms and Acronyms AC 150/5370-2G Appendix B Term Definition Form 7460-1 Notice of Proposed Construction or Alteration. For on -airport projects, the form submitted to the FAA regional or airports division office as formal wntten notification of any kind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (See guidance available on the FAA web site at https.//oeaaa.faa.gov ) The form may be downloaded at http.//www.faa.gov/airports/resources/forms/, or filed electronically at: https.//oeaaa.faa.gov Form 7480-1 Notice of Landmg Area Proposal. Form submitted to the FAA Airports Regional Division Office or Airports Distnct Office as formal wntten notification whenever a project without an airport layout plan on file with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing step, or associated taxiway; or the deactivation or abandoning of an entire airport The form may be downloaded at http.//www.faa.gov/airports/resources/forms/ Form 6000-26 Airport Sponsor Strategic Event Submission Form AC Advisory Circular ACSI Airport Certification Safety Inspector ADG Airplane Design Group AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program ANG Air National Guard AOA Air Operations Area, as defined in 14 CFR Part 107 Means a portion of an airport, specified in the airport security program, in which secunty measures are camed out. This area includes aircraft movement areas, aircraft parking areas, loading ramps, and safety areas, and any adjacent areas (such as general aviation areas) that are not separated by adequate secunty systems, measures, or procedures This area does not include the secured area of the airport terminal building ARFF Aircraft Rescue and Fire Fighting ARP FAA Office of Airports ASDA Accelerate -Stop Distance Available AT Air Traffic ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under B-1 12/13/2017 AC 150/5370-2G Appendix B Term Definition the authonty of 14 CFR Part 139, Certification of Airports CFR Code of Federal Regulations Construction The presence of construction -related personnel, equipment, and materials in any location that could mfnnge upon the movement of aircraft. CSPP Construction Safety and Phasing Plan. The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator It is included in the invitation for bids and becomes part of the project specifications CTAF Common Traffic Advisory Frequency Displaced Threshold A threshold that is located at a point on the runway other than the designated beginning of the runway The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FAA Federal Aviation Administration FOD Foreign Object Debns/Damage FSS Flight Service Station GA General Aviation HAZMAT Hazardous Matenals HMA Hot Mix Asphalt IAP Instrument Approach Procedures IFR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available LOC Localizer antenna array Movement Area The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taximg, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR Part 139) MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal Non -Movement Area The area inside the airport secunty fence exclusive of the Movement Area. It is important to note that the non -movement area includes pavement traversed by aircraft. B-2 12/13/2017 AC 150/5370-2G Appendix B Term Definition NOTAM Notices to Airmen Obstruction Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C OCC Operations Control Center OE / AAA Obstruction Evaluation / Airport Airspace Analysis OFA Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvenng purposes (See AC 150/5300-13 for additional guidance on OFA standards and wingtip clearance cntena.) OFZ Obstacle Free Zone The airspace below 150 ft (45 m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches The OFZ is subdivided as follows Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ Refer to AC 150/5300-13 for guidance on OFZ OSHA Occupational Safety and Health Administration OTS Out of Service P&R Planning and Requirements Group NPI NAS Planning & Integration PAPI Precision Approach Path Indicator PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicator Project Proposal Summary A clear and concise description of the proposed project or change that is the object of Safety Risk Management. RA Reimbursable Agreement RE Resident Engineer REIL Runway End Identifier Lights RNAV Area Navigation ROFA Runway Object Free Area RSA Runway Safety Area. A defined surface surrounding the runway prepared or suitable for reducing the nsk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5300-13 SDS Safety Data Sheet SIDA Secunty Identification Display Area SMS Safety Management System B-3 12/13/2017 AC 150/5370-2G Appendix B Term Definition SPCD Safety Plan Compliance Document. Details developed and submitted by a contractor to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP SRM Safety Risk Management SSC System Support Center Taxiway Safety Area A defined surface alongside the taxiway prepared or suitable for reducing the nsk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13 TDG Taxiway Design Group Temporary Any condition that is not intended to be permanent. Temporary Runway End The beginning of that portion of the runway available for landing and taking off in one direction, and for landing in the other direction. Note the difference from a displaced threshold. Threshold The beginning of that portion of the runway available for landing In some instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Free Area TORA Takeoff Run Available The length of the runway less any length of runway unavailable and/or unsuitable for takeoff run computations See AC 150/5300-13 for guidance on declared distances TSA Taxiway Safety Area, or Transportation Security Administration UNICOM A radio communications system of a type used at small airports VASI Visual Approach Slope Indicator VGSI Visual Glide Slope Indicator A device that provides a visual glide slope indicator to landing pilots These systems include precision approach path indicator (PAPI), visual approach slope indicator (VASI), and pulse light approach slope indicator (PLASI) VFR Visual Flight Rules VOR Very High Frequency Omnidirectional Radio Range VPD Vehicle / Pedestnan Deviation B-4 12/13/2017 APPENDIX C. SAFETY AND PHASING PLAN CHECKLIST AC 150/5370-2G Appendix C This appendix is keyed to Chapter 2 In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix This checklist is intended as an aid, not a required submittal Table C-1. CSPP Checklist Coordination Reference Addressed? Remarks Yes No NA General Considerations Requirements for predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction are specified. 2.5 Operational safety is a standing agenda item for construction progress meetings 2.5 Scheduling of the construction phases is properly addressed. 2.6 Any formal agreements are established. 2.5.3 Areas and Operations Affected by Construction Activity Drawings showing affected areas are included. 2.7.1 Closed or partially closed runways, taxiways, and aprons are depicted on drawings 2.7.1.1 Access routes used by ARFF vehicles affected by the project are addressed. 2.7.1.2 Access routes used by airport and airline support vehicles affected by the project are addressed. 2.7.1.3 Underground utilities, including water supplies for firefighting and drainage 2.7.1.4 C-1 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Approach/departure surfaces affected by heights of temporary objects are addressed. 2.7.1.5 Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads are properly depicted on drawings 2.7.1 Temporary changes to taxi operations are addressed. 2.7.2.1 Detours for ARFF and other airport vehicles are identified. 2.7.2.2 Maintenance of essential utilities and underground infrastructure is addressed. 2.7.2.3 Temporary changes to air traffic control procedures are addressed. 2.7.2.4 NAVAIDs Critical areas for NAVAIDs are depicted on drawings 2.8 Effects of construction activity on the performance of NAVAIDS, including unanticipated power outages, are addressed. 2_8 Protection of NAVAID facilities is addressed. 2.8 The required distance and direction from each NAVAID to any construction activity is depicted on drawings 2_8 Procedures for coordination with FAA ATO/Technical Operations, including identification of points of contact, are included. 2.8, 2.13.1, 2.13.5.3.1, 2.18.1 Contractor Access The CSPP addresses areas to which contractor will have access and how 2.9 C-2 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA the areas will be accessed. The application of 49 CFR Part 1542 Airport Security, where appropriate, is addressed. 2_9 The location of stockpiled construction materials is depicted on drawings 2.9.1 The requirement for stockpiles in the ROFA to be approved by FAA is included. 2.9.1 Requirements for proper stockpiling of materials are included. 2.9.1 Construction site parking is addressed. 2.9.2.1 Construction equipment parking is addressed. 2.9.2.2 Access and haul roads are addressed. 2.9.2.3 A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, Painting, Marking 2.9.2.4 and Lighting of Vehicles Used on an Airport, is included. Proper vehicle operations, including requirements for escorts, are described. 2.9.2.5, 2.9.2.6 Training requirements for vehicle drivers are addressed. 2.9.2.7 Two-way radio communications procedures are described. 2.9.2.9 Maintenance of the secured area of the airport is addressed. 2.9.2.10 Wildlife Management The airport operator's wildlife management procedures are addressed. 2.10 C-3 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Foreign Object Debris Management The airport operator's FOD management procedures are addressed. 2.11 Hazardous Materials Management The airport operator's hazardous materials management procedures are addressed. 2.12 Notification of Construction Activities Procedures for the immediate notification of airport user and local FAA of any conditions adversely affecting the operational safety of the airport are detailed. 2.13 Maintenance of a list by the airport operator of the responsible representatives/points of contact for all involved parties and procedures for contacting them 24 hours a day, seven days a week is specified. 2.13.1 A list of local ATO/Technical Operations personnel is included. 2.13.1 A list of ATCT managers on duty is included. 2.13.1 A list of authorized representatives to the OCC is included. 2.13.2 Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of NOTAMS about airport conditions resulting from construction are included. 2.8, 2.13.2, 2.18.3.3.9 Provision of information on closed or hazardous conditions on airport movement areas by the airport operator to the OCC is specified. 2.13.2 Emergency notification procedures for medical, fire fighting, and police 2.13.3 C-4 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA response are addressed. Coordination with ARFF personnel for non -emergency issues is addressed. 2.13.4 Notification to the FAA under 14 CFR parts 77 and 157 is addressed. 2.13.5 Reimbursable agreements for flight checks and/or design and construction for FAA owned NAVAIDs are addressed. 2.13.5.3.2 Inspection Requirements Daily and interim inspections by both the airport operator and contractor are specified. 2.14.1, 2.14.2 Final inspections at certificated airports are specified when required. 2.14.3 Underground Utilities Procedures for protecting existing underground facilities in excavation areas are described. 2.15 Penalties Penalty provisions for noncompliance with airport rules and regulations and the safety plans are detailed. 2.16 Special Conditions Any special conditions that affect the operation of the airport or require the activation of any special procedures are addressed. 2.17 Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs The proper securing of temporary airport markings, lighting, signs, and visual NAVAIDs is addressed. 2.18.1 Frangibility of airport markings, lighting, signs, and visual NAVAIDs is specified. 2.18.1, 2.18.3, 2.18.4.2, 2.20.2.4 C-5 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA The requirement for markings to be in compliance with AC 150/5340-1, 2.18.2 Standards for Airport Markings, is specified. Detailed specifications for materials and methods for temporary markings are provided. 2.18.2 The requirement for lighting to conform to AC 150/5340-30, Design 2.18.3 and Installation Details for Airport Visual Aids; AC 150/5345-50, Specification for Portable Runway and Taxiway Lights; and AC 150/5345-53, Airport Lighting Certification Program, is specified. The use of a lighted X is specified where appropriate 2.18.2.1.2, 2.18.3.2 The requirement for signs to conform to AC 150/5345-44, Specification for 2.18.4 Runway and Taxiway Signs; AC 50/5340-18, Standards for Airport Sign Systems; and AC 150/5345-53, Airport Lighting Certification Program, is specified. Marking and Signs For Access Routes The CSPP specifies that pavement markings and signs intended for construction personnel should conform to AC 150/5340-18 and, to 2.18.4.2 the extent practicable, with the MUTCD and/or State highway specifications Hazard Marking and Lighting Prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles are specified. 2.20.1 C-6 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Hazard marking and lighting are specified to identify open manholes, small areas under repair, stockpiled material, and waste areas 2.20.1 The CSPP considers less obvious construction -related hazards 2.20.1 Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast is specified. 2.20.2.1 The spacing of barricades is specified such that a breach is physically prevented barring a deliberate act. 2.20.2.1 Red lights meeting the luminance requirements of the State Highway Department are specified. 2.20.2.2 Barricades, temporary markers, and other objects placed and left in areas adjacent to any open runway, taxiway, taxi lane, or apron are specified to be as low as possible to the ground, and no more than 18 inch high. 2.20.2.3 Barricades are specified to indicate construction locations in which no part of an aircraft may enter 2.20.2.3 Highly reflective barriers with lights are specified to barricade taxiways leading to closed runways 2.20.2.5 Markings for temporary closures are specified. 2.20.2.5 The provision of a contractor's representative on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades is specified. 2.20.2.7 C-7 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Work Zone Lighting for Nighttime Construction If work is to be conducted at night, the CSPP identifies construction lighting units and their general locations and aiming in relationship to the ATCT and active runways and taxiways 2.21 Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no construction may occur within a safety area while the associated runway or taxiway is open for aircraft operations 2.22.1.1, 2.22.3.1 The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA dimensions with the ATCT and the appropriate FAA Airports Regional or District Office and issues a local NOTAM. 2.22.1.2, 2.22.3.2 Procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations, are detailed. 2.22.3.3 The CSPP specifies that open trenches or excavations are not permitted within a safety area while the associated runway or taxiway is open, subject to approved exceptions 2.22.1.4 Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the associated runway or taxiway is open is detailed. 2.22.1.4 The CSPP includes provisions for prominent marking of open trenches and excavations at the construction site 2.22.1.4 Grading and soil erosion control to maintain RSA/TSA standards are 2.22.3.5 C-8 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA addressed. The CSPP specifies that equipment is to be removed from the ROFA when not in use 2.22.2 The CSPP clearly states that no construction may occur within a taxiway safety area while the taxiway is open for aircraft operations 2.22.3 Appropriate details are specified for any construction work to be accomplished in a taxiway object free area. 2.22.4 Measures to ensure that personnel, material, and/or equipment do not penetrate the OFZ or threshold siting surfaces while the runway is open for aircraft operations are included. 2.22.4.3.6 Provisions for protection of runway approach/departure areas and clearways are included. 2.22.6 Other Limitations on Construction The CSPP prohibits the use of open flame welding or torches unless adequate fire safety precautions are provided and the airport operator has approved their use 2.23.1.2 The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property 2.23.1.3 C-9 12/13/2017 AC 10/5370-2G Appendix D APPENDIX D. CONSTRUCTION PROJECT DAILY SAFETY INSPECTION CHECKLIST The situations identified below are potentially hazardous conditions that may occur during airport construction projects Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions It should be customized as appropriate for each project including information such as the date, time and name of the person conducting the inspection. Table D-1. Potentially Hazardous Conditions Item Action Required (Describe) No Action Required (Check) Excavation adjacent to runways, taxiways, and aprons improperly backfilled. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxi lane, in the related Object Free area and aircraft approach or departure areas/zones, or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding 3 inch (7 6 cm) from pavement edges and ends Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures areas, or in OFZ Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring of navigation and visual aids Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units (that is, equipment with slim profiles) cranes, drills, and similar objects located in critical areas, such as OFZ and D-1 12/13/2017 AC 150/5370-2G Appendix D Item Action Required (Describe) No Action Required (Check) approach zones Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage Also, loose materials may blow about, potentially causing personal injury or equipment damage Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOA create aviation hazards Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOA create aviation hazards Wildlife attractants such as trash (food scraps not collected from construction personnel activity), grass seeds, tall grass, or standing water on or near airports Obliterated or faded temporary markings on active operational areas Misleading or malfunctioning obstruction lights Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards D-2 12/13/2017 AC 150/5370-2G Appendix D Item Action Required (Describe) No Action Required (Check) Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related airport conditions Failure to mark and identify utilities or power cables Damage to utilities and power cables during construction activity can result in the loss of runway / taxiway lighting; loss of navigation, visual, or approach aids, disruption of weather reporting services, and/or loss of communications Restrictions on ARFF access from fire stations to the runway / taxiway system or airport buildings Lack of radio communications with construction vehicles in airport movement areas Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on a drainage system) D-3 12/13/2017 AC 150/5370-2G Appendix D Item Action Required (Describe) No Action Required (Check) Failure to provide for proper electrical lockout and tagging procedures At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. Site burning, which can cause possible obscuration. Construction work taking place outside of designated work areas and out of phase D-4 12/13/2017 AC 150/5370-2G Appendix E E1 E 1 1 APPENDIX E. SAMPLE OPERATIONAL EFFECTS TABLE Project Description. Runway 15-33 is currently 7820 feet long, with a 500 foot stopway on the north end. This project will remove the stopway and extend the runway 1000 feet to the north and 500 feet to the south. Finally, the existing portion of the runway will be repaved. The runway 33 glide slope will be relocated. The new runway 33 localizer has already been installed by FAA Technical Operations and only needs to be switched on. Runway 15 is currently served only by a localizer, which will remain in operation as it will be beyond the future RSA. Appropriate NOTAMS will be issued throughout the project. During Phase I, the runway 15 threshold will be displaced 1000 feet to keep construction equipment below the approach surface The start of runway 15 takeoff and the departure end of runway 33 will also be moved 500 feet to protect workers from jet blast. Declared distances for runway 33 will be adjusted to provide the required RSA and applicable departure surface Excavation near Taxiway G will require its ADG to be reduced from IV to III. See Figure E-1 Figure E-1. Phase I Example 1,000 500 500 7,320 (TORA, TODA) 7,320 (TORA, TODA, ASDA) 6,820 (ASDA, LDA) 6,820 (LDA) C.T7 RUNWAY 15 - 33 TAXIVVAY G J ,=-IJ TAXIVVAY (SECURED TO BARRICADES) NEW CONSTRUCTION z 0 U NORTH z CLOSED CLOSED FOR LANDING - DISPLACED THRESHOLD LEGEND Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of the taxiway before the final turn to the runway intersection. Note 2: Based on the declared distances for Runway 33 departures, the maximum equipment height in the construction area is 12.5 feet (500/40 = 12.5) E-1 12/13/2017 AC 150/5370-2G Appendix E E.2 During Phase II, the runway 33 threshold will be displaced 1000 feet to keep construction equipment below the approach surface The start of runway 33 takeoff and the departure end of runway 15 will also be moved 500 feet to protect workers from jet blast. Declared distances for runway 15 will be adjusted to provide the required RSA and applicable departure surface See Figure E-2 Figure E-2. Phase II Example 7,820 FEET (ASDA, LDA) 8,320 (TORA, TODA, ASDA) 8,320 (TORA, TODA) 7,820 (LDA) 500 500 500 RUNWAY 15-33 JJ JJ TAXIWAYG 1 b z LIR o QI NORTH NEW CONSTRUCTION 0 0� Wp _ r � mm Co wIV 71 z 0 z TAXIWAY H (SECURED TO BARRICADE) CLOSED CLOSED FOR LANDING - DISPLACED THRESHOLD LEGEND Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of the taxiway before the final turn to the runway intersection. Note 2: Based on the declared distances for Runway 15 departures, the maximum equipment height in the construction area is 12.5 feet (500/40 = 12.5) E-2 12/13/2017 AC 150/5370-2G Appendix E E 3 During Phase III, the existing portion of the runway will be repaved with Hot Mix Asphalt (HMA) and the runway 33 glide slope will be relocated. Construction will be accomplished between the hours of 8 00 pm and 5 00 am, during which the runway will be closed to operations Figure E-3. Phase III Example E-3 s 9,320 (TORA, TODA, ASDA, LDA) 9,320 (TORA, TODA, ASDA, LDA) RUNWAY 15 - 33 TAXIWAYG J ` RAMP (BARRICADES WITH SIGN INSTALLED DURING HOURS OF CONSTRUCTION) NORTH (SECURED TO BARRICADE) NOTE INSTALL LIGHTED "X" OR YELLOW "X" ON NUMBERS AND REMOVE WHEN RUNWAYS ARE OPEN FOR OPERATIONS NEW CONSTRUCTION CLOSED CLOSED FOR LANDING- DISPLACED THRESHOLD LEGEND E-3 12/13/2017 Table E-1. Operational Effects Table AC 150/5370-2G Appendix E Project Runway 15-33 Extension and Repaving Phase Normal (Existing) Phase I: Extend Runway 15 End Phase II: Extend Runway 33 End Phase III: Repave Runway Scope of Work N/A Extend Runway 15-33 1,000 ft on north end with Hot Mix Asphaltic Concrete (HMA) Extend Runway 15-33 500 ft on south end with Hot Mix Asphaltic Concrete (HMA) Repave existing runway with HMA Relocate Runway 33 Glide Slope Effects of Construction Operations N/A Existing North 500 ft closed Existing South 500 ft closed Runway closed between 8 00 pm and 5 00 am Edge lighting out of service Construction Phase N/A Phase I (Anticipated) Phase II (Anticipated) Phase III (Anticipated) Runway 15 Average Aircraft Operations Carrier. 52 /day GA. 26 /day Military 11 /day Carrier. 40 /day GA. 26 /day Military 0 /day Carrier. 45 /day GA. 26 /day Military 5 /day Carrier. 45 / day GA. 20 / day Military 0 /day Runway 33 Average Aircraft Operations Carrier. 40 /day GA. 18 /day Military 10 /day Carrier. 30 /day GA. 18 /day Military 0 /day Carrier. 25 /day GA. 18 /day Military 5 /day Carrier. 20 /day GA. 5 /day Military 0 /day Runway 15-33 Aircraft Category C -IV C -IV C -IV C -IV Runway 15 Approach Visibility Minimums 1 mile 1 mile 1 mile 1 mile Runway 33 Approach Visibility Minimums 3/4 mile 3/4 mile 3/4 mile 1 mile Note: Proper coordination with Flight Procedures group is necessary to maintain instrument approach procedures during construction. E-4 12/13/2017 AC 150/5370-2G Appendix E Project Runway 15-33 Extension and Repaving Phase Normal (Existing) Phase I: Extend Runway 15 End Phase II: Extend Runway 33 End Phase III: Repave Runway Runway 15 Declared Distances TORA 7,820 7,320 8,320 9,320 TODA 7,820 7,320 8,320 9,320 ASDA 7,820 7,320 7,820 9,320 LDA 7,820 6,820 7,820 9,320 Runway 33 Declared Distances TORA 7,820 7,320 8,320 9,320 TODA 7,820 7,320 8,320 9,320 ASDA 8,320 6,820 8,320 9,320 LDA 7,820 6,820 7,820 9,320 Runway 15 Approach Procedures LOC only LOC only LOC only LOC only RNAV RNAV RNAV RNAV VOR VOR VOR VOR Runway 33 Approach Procedures ILS ILS ILS LOC only RNAV RNAV RNAV RNAV VOR VOR VOR VOR Runway 15 NAVAIDs LOC LOC LOC LOC Runway 33 NAVAIDs ILS, MALSR ILS, MALSR ILS, MALSR LOC, MALSR Taxiway G ADG IV III IV IV Taxiway G TDG 4 4 4 4 ATCT (hours open) 24 hours 24 hours 24 hours 0500 - 2000 ARFF Index D D D D E-5 12/13/2017 AC 150/5370-2G Appendix E Project Runway 15-33 Extension and Repaving Phase Normal (Existing) Phase I: Extend Runway 15 End Phase II: Extend Runway 33 End Phase III: Repave Runway Special Conditions Air National Guard (ANG) military operations All military aircraft relocated to alternate ANG Base Some large military aircraft relocated to alternate ANG Base All military aircraft relocated to alternate ANG Base Information for NOTAMs Refer above for applicable declared distances Taxiway G limited to 118 ft wingspan Refer above for applicable declared distances Refer above for applicable declared distances Airport closed 2000 — 0500 Runway 15 glide slope OTS Note: This table is one example It may be advantageous to develop a separate table for each project phase and/or to address the operational status of the associated NAVAIDs per construction phase Complete the following chart for each phase to determine the area that must be protected along the runway and taxiway edges Table E-2. Runway and Taxiway Edge Protection Runway/Taxiway Aircraft Approach Category* A,B,C,orD Airplane Design Group* I, II, III, or IV Safety Area Width in Feet Divided by 2* *See AC 150/5300-13 to complete the chart for a specific runway/taxiway E-6 12/13/2017 AC 150/5370-2G Appendix E Complete the following chart for each phase to determine the area that must be protected before the runway threshold Table E-3. Protection Prior to Runway Threshold *See AC 150/5300-13 to complete the chart for a specific runway E-7 Airplane Design Aircraft Minimum Minimum Distance to Runway EndNumber Grou p Approach Category* Safety Area Prior to the Threshold Based on I, II, III, or Threshold* Required Approach Slope* Iv A, B, C,orD ft ft 1 ft ft 1 ft ft 1 ft ft 1 *See AC 150/5300-13 to complete the chart for a specific runway E-7 12/13/2017 Page Intentionally Blank E-8 AC 10/5370-2G Appendix E 12/13/2017 AC 150/5370-2G Appendix F APPENDIX F. ORANGE CONSTRUCTION SIGNS Figure F-1. Approved Sign Legends CONSTRUCTION AHEAD RWY 4L TAKEOFF RUN AVAILABLE 9,780 FT F-1 12/13/2017 Figure F-2. Orange Construction Sign Example 1 AC 10/5370-2G Appendix F NO ENTRY SIGN 0 LOW PROFILE BARRICADE WITH FLASHERS CONSTRUCTION AHEAD 1 1 INTERMEDIATE HOLDING POSITION MARKING Note: For proper placement of signs, refer to EB 93 F-2 12/13/2017 Figure F-3. Orange Construction Sign Example 2 AC 10/5370-2G Appendix F TAXIWAY CENTERLINE TEMPORARILY RELOCATED Note: For proper placement of signs, refer to EB 93 F-3 12/13/2017 Page Intentionally Blank F-4 AC 10/5370-2G Appendix F Advisory Circular Feedback If you find an error in this AC, have recommendations for improving it, or have suggestions for new items/subjects to be added, you may let us know by (1) mailing this form to Manager, Airport Engineering Division, Federal Aviation Administration ATTN AAS -100, 800 Independence Avenue SW, Washington DC 20591 or (2) faxing it to the attention of the Office of Airport Safety and Standards at (202) 267-5383 Subject AC 150/5370-2G Date Please check all appropriate line items: ❑ An error (procedural or typographical) has been noted in paragraph on page ❑ Recommend paragraph on page be changed as follows ❑ In a future change to this AC, please cover the following subject (Briefly describe what yon want added ) ❑ Other comments ❑ I would like to discuss the above Please contact me at (phone number, email address) Submitted by Date Page Intentionally Blank PLANS AREA MAP dr: .74 77 'FF x L •yAiMA g *;:)yggoige 'ggy, ; PROJECT -- WASHINGTON AVE. r. ;3.1 AREA MAIL BLVD. gggyy:ii"g gg, • y .gygg. ' gr VICINITY MAP .:, . • • r,- 5 YAKIMA AIR TERMINAL McALLISTER FIELD WEST GA APRON REHABILITATION PROJECT JUNE 2018 PFC NO. 15-15-00-YKM • AIP NO. 3-53-0089-42-2018 J -U -B PROJECT NO. 70-17-050 (JIM J—U—B ENGINEERS, INC. W. 422 Riverside Avenue, Suite 304, Spokane, WA 99201 p 509 458 3727 f 509 458 3762 w www.jub.com OTHER J -U -B COMPANIES THE LANGOON GROUP GATEWAY MAPPING INC. INDEX OF SHEETS GENERAL ET" 1 --.77-7 7 ' -YEET. Tr 1 TT1 CIVIL gi 11, • 7:E — 41-1 ;.• ELECTRICAL NOTICE AND DISCLAIMER 4 Et -4E, EEE --E. -41.7071-45 rc 7 ..777 -EE TEE, E, E." -7-ir •F HE 'F"- TEE .,7s.isrEL Ar.,r -•. , s Sr. TrrE '"' oLS-LATs A AAA:: -As, L. .A'S. AN, ,SE r: TEF:E_ TTE THE triE7.47:E 47 Err Ere. E TTE F4F. EL. rA.A. .AL s. r 4,7 Fr rrE EETrETTEE. r :FA A.A LAAC OLA Fr, ',FS AJ S ASAL1 -HL A SE LAS). CR ALLL.L. SP. A.S.S.- ALSL LS "Sr L HE .7,1 -HEE 77 7,H -74C -7E4 1,57, • E.77, ,E,. C:4:1E--.4 Lir si,ERME 'LAE ALLA AASESS S• AL, 'r,! rs. ?..11 A *-AS -Tr 774: 1- ;74,44 7-4.4 T -TEEEE: 4E1%4 TEE 7 I s.sr ALA' AA• TS. -4 Err- Ery EE:71! TEr TTE.E., F 147 'F(L,.' Err L --A ErErrEES TF .471.: 7-7,4 “47 744,74-- E -E- 7 4 AA As' LSACA tr 40 (Lsm-LASTEs ELL:. A.A.,-LABL 475 A ArEA,L 41 MATED V1,2,778 SHEET NUMBER G-001 LINE PROPOSED EXISTING DESCRIPTION LINE LINE POWER / COMMUNICATIONS r-51:-. .. 111.:11111 1E.- F.F-.E.' -.:',-•-ni F IE t I I' dr.- thiP UP 1' - t /0 Cf v STORM DRAIN / UNDERDRAIN ,, .,,:•:. 11-. SO --:1TE....„-1--1.. .-.E I.:3140 .; f, ,i. --- •-;Ic UTILITY SANITARY SEWER ,... .1i.,,F ' E'i.:E.' ,';E: ....... ..v..._ — ___ PAVEMENT .ess SS SS Cs) WATER 1-':•-- -,(..',,:i WS WS A 9 GENERAL LINE LEGEND LINE PROPOSED EXISTING DESCRIPTION LINE LINE BOUNDARY 1...,_, • ..,.."E:;.:. t ,E ! 15 IEEE' I.. .E -JAI, - ,,,,,,-;. I EL'. ,E.',7 - -; •,• II ...i C! ., - '•'IL. • t • ....,,,r : L, .E . - - DESCRIPTION •I Ff.. If: : i,i••_.:,_!:,IN,.- '-. ''-''11• - ,. 1 '4E 1 - :i -a - --:1TE....„-1--1.. .-.E I.:3140 .; f, ,i. --- •-;Ic UTILITY 1.- -1..i• I, ,i !:‘:.• ''T --.:IA. i.:,!--', v....,TFH C -IL ivvvr ....... ..v..._ — ___ PAVEMENT ._. 1--- C1-1111' L.- - AT.-- EP 0 • AIRPORT LEGEND LINE PROPOSED EXISTING DESCRIPTION LINE LINE AIRPORT LINETYPES AP,'f...* I. Ph..`.:•'hP I ••.:...- DESCRIPTION ,ErE E .1.E.F_EIr E1L1_ -'1,41T1T., ... Ti -F iF..`.;,!• !L. Li,;*: --i-:. ''' '' .313; i,i••_.:,_!:,IN,.- '-. ''-''11• - ,. 1 '4E ,ii,_ :i -a - --:1TE....„-1--1.. .-.E I.:3140 .; f, ,i. --- •-;Ic ... . ,,_. .;:•.`,Q.,, A 4- :LI -- .F ' ,,, ....... ..v..._ — ___ -,.ri* • .,. ,.,..E. ,,. - M. •I`,,i, -,F3 :[7.•.1- I' R1TE .,..1. .t. • - .. or_ - DESCRIPTION PROPOSED EXISTING AIRFIELD PAVEMENT 4,1• L._ ...; .1-11 ;: I ..... N,/,'.,-.. - DESCRIPTION ,ErE E .1.E.F_EIr E1L1_ -'1,41T1T., ... Ti -F iF..`.;,!• !L. Li,;*: --i-:. ''' '' .313; SURVEY/MAPPING LINE PROPOSED EXISTING DESCRIPTION LINE LINE SITE 4,1• L._ ...; .1-11 ;: I ..... N,/,'.,-.. - DESCRIPTION ,ErE E .1.E.F_EIr E1L1_ -'1,41T1T., ... Ti -F iF..`.;,!• !L. Li,;*: --i-:. ''' '' .313; SURVEY/MAPPING Er ALL SURVEY 2521 I.:3140 .; f, ,i. --- •-;Ic ALL CIVIL ELECTRICAL 1T,i :*,,,'T TIC.),.*v•., .-REFE=.= ....E i OI• - ....... ..v..._ — ___ --- • .,. ,.,..E. ,,. - IRRIGATION - EELL --!.--:N -'1."— --•-- , RR CRF... P RR 0 GAS G G G LINE PROPOSED EXISTING DESCRIPTION LINE LINE AIRPORT SYMBOLS 4,1• L._ ...; .1-11 ;: I ..... N,/,'.,-.. - DESCRIPTION GENERAL Ti -F iF..`.;,!• !L. Li,;*: --i-:. ''' '' .313; SURVEY/MAPPING .-::-.1.. ALL SURVEY CIVIL I.:3140 .; f, ,i. --- •-;Ic ALL CIVIL ELECTRICAL 1T,i :*,,,'T TIC.),.*v•., .-REFE=.= ....E i OI• - '.' 4 ..o ,.,..E. ,,. - () EELL --!.--:N -'1."— --•-- -.• COO SHEET NUMBERING 01 DISCIPLINE DESIGNATORS DISCIPLINE DESIGNATOR DESCRIPTION GENERAL 0 ALL GENERAL SURVEY/MAPPING V / G-002 ALL SURVEY CIVIL C ALL CIVIL ELECTRICAL E ALL ELECTRICAL SHEET TYPE DESIGNATORS DESIGNATOR SHEET TYPE 0 GENERAL (SYMBOLS, LEGENDS. NOTES, ETC.) DETAIL IDENTIFIER DETAIL TYPICAL SECTIONS 2 PLAN AND PROFILES 3 MARKINGS 4 MISC 5 DETAILS OR COMBINED DETAILS AND SECTIONS SECTION AND DETAIL IDENTIFIERS NOTE: A DASH MAY BE PLACED IN THE LOWER PORTION OF THE. IDENTIFIER IF THE DETAIL DRAWING OR SECTION MEW IS LOCATED ON THE SAME SHEET SECTION IDENTIFICATION DETAIL IDENTIFICATION SECTION IDENTIFIER 'A SECTION IDENTIFIER -A -301 SHEET NUMBER WHERE - - SECTION DRAWING IS LOCATED 1 -.501 SHEET NUMBER WHERE DETAIL DRAWING G LOCATED SECTION IDENTIFIER SECTION DETAIL IDENTIFIER DETAIL SC ALE. 0 SCALE 0 (D5,44 rL9' (X.rJ" 05E:1' GEN: NOTE. THE DRAWING MODULES ARE ARRANGED BY COLUMNS AAID ROWS. ROWS ARE IDENTIFIED WITH ALPHABETICAL CHARACTERS BEGINNING AT THE TOP WITH **A- AND INCREASING TOWARDS THE BOTTOM. EACH MODULE IS IDENTIFIED WITH A LETTER BASED ON THE UPPER RIGHT 51455 LOCATION. J -U -B ENGINEERS, INC Z —> 0 Cri < CY) LU =C2 UJ Z 0 E+5 cIj csj CD W ,1" a cip 0'- 0000 5-10 01 co 005 0 6 25 25 0 0 ENE 70.17.1154 50458 2110550+1 r 71./512 DRAWN BY TIF 2155105 05 ADD 5550455 55 IDI 0151 500 51 FUR WE, IF NOT ONE 55459L 5052-1 50000004509 5508720- 5125)10 SHEET NUMBER' G-002 N0.2 ..„ ACCFST. TO THF SE( UP IDENTIFICAT ION HISPLA. AREAS SIDL ONLY BE UNDER DIRECT ESCORT PRC,VIDFr) EY THE OWNER OR A CON FRADIOR INDIYOUAL WEI() HAS ME' THE ADDITIONAL REQUIREMENTS TO GBTAIN A SIDA SECURITY BADGE PERSONNEI ARE NOT PERMITTEL TL, ENTER AN ACTIVE RUNWAY OBJECT FREE 7ONES OR SAFETY AREAS WITHOUT AIRPORT ESCORT WHEN PERMITTED TO 1AKORK '‘VT1-1111 A SAFET I AREA LII-r1ITS AN OPEN RUNWAs. OR TAXIWAY THE CONTRACTOR MAY EL DIRECTED BA THE ENUINEER CS AIRPORT PERSONNEL LC RELOCATE T ANO HER 'AROF THE AIRPORT (OPERATIONS AREAI:AL1A)Jk VAL,.4 TT_ FRON1 THE FENCED CONFINES OF THE AOA =OR ARRIVALS, AND OR DEPARTURES OF AIRCRAFT 1 ;E- CCN TRACT OR SHALL COMPLETE FOS RELOGA'ION !N. OR VACATING OF THE AOA El' 10 MINUTES PRIOR THE ARRIVAL AND SHALL NCT REMOBILIZE TO THF WORK AREA FOR A rvIINLITES FOLLOWING AN'T ARREIALE ANC OR DEPARTURE OF AIRCRAFT LEGEND: CALL 2 BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE NARKING OF UNDERGROUND r:lErrIBER UTILITIES 0 I 00 SCALE IN FEET 200 NC 1 AIRPORT OFFICE AFF BUILDING TERMINAL BUILDING NV WASHINGTON AVE. SURVEY CONTROL POINT # NORTHIN EASTING ELEVATION DESCRIPTION (JUB} J -U -B ENGINEERS, INC. LAI 1-- C.21 0 —I 11.1 LLI p, OD J LT- ''-'' 0 ° EC C\J 1 Cr CL ' H LIJ CV z d' F.— Z o 0 cr) 0 th (-) 0 w J<0 o5 o.) i .r1 •,;t Z 1.1.1 Z >- < CC P El_ CC Z 0 Z ' Li1 L.L.1 (Th 1— ''''. CC u (') << 0 cr < < z ui 0 0 Z u_ L.LJ p_ 000 <(1) ›.- LU 17_ .jNi, Al tr UP1 "4.4 SHEET NUMBER - G -101 SAFETY NOTES AND REQUIREMENTS 1 ALL OPERATIONS DURING CONSTRLCTION SHALL BE SOB3ECT TO AC15015373-2G- OPERATIONAL SAFETY ON AIPPORTS :WRING 9CINSTRUC,TIOK 2 THE 00143I-4UC:710' SHALL AS 122014 AS POSSIBLE 1614I22E DSRUPTION OF STANDARD OPERATING PROIDEDGRES FORI AERONAUTICAL ACTIVITY 11. THE CONTRACTOR SHALL MAINTAIN CLEAR ROUTES FOR FIRE FIGHTING AND RESCDE LARFR; OPER. TONS TO ACT.16 AIRPORT OPERATIONS AND SAFETY AREAS INCLUDING -THE AIRPORT GENERAL AVIATIO, AREA THE CONTRACTOR SHALL NOT:FY AIRPORT PERSONNEL OF ANY PROPOSED ACTIVITIES GHAT 1 INTEREERE 7, 34 ARFF OPERA 'IoNs. E EQUIPMENT OPE4ATI110 NEAR HYDRANTS (DR NEED GO SHUT OF= HYDRANTS 4 THE CONTRACTOR SHALL 544.4494.0-9 PARKA': MANA,SER OF: ENGINEER AT LEAST 49 HOURS 44 7,78 TD WORK SEING INITIATED1NITHIN THE AIR.ORT DPER4TIONS AREA ;A0,4; 5 THE OWNER' WILL IINTIATE AN: ','NCE, LL NCTICES GO AIRMAN (NICTANI: BASED 01CONTRACTOR SCHEDULES THE L-ONTRAS TOR SHA_L 35,,, 4-04 ALL ACTS: 490 WITH THE ENGINEER Ap.) WORK SHALL EEGIN UNTIL THE NO -491 FOR -HAT WORK HAS SEEN POSTED 1GTH '15 04,4, 6 ALL CONSTRUCTION EQUIPMENT ANS Es, ,,',E5 SHALL 55 NIARKEC ANC LIGHTED PER SECTION 72-2E OF THE FAA GENERAL CONDITIONS, 601,1806147 AND ,,‚1 OLE FLAGGING AND LIGHTING SHALL SE IN 412L0RDANCE '"Th AC 1504,, 153 'FAINTNIS MARKING AND LIGHTING Or 11ICLES. USED, ,AN! 40 AIRPORT' CURRENT EDITION 7 THE CON -IR ACTOR MA, STORE ALL EODIPMENT AND MATERIALS IN THE 35510- ATED. STAGING AREA WHEN NOT IN USE STOCKPILES MATERIALS NECESSARY FOR COSNSTRUCTION SHALL BE 0. L0114 PROFILE 040 HIGHER THAN RUNWAY 9,27 CENTERLINE. EL ;CGS St USE OE LIGHTED LCA2 PROFILE BARRICADES RUNNING ALONG THE '4,P"' EACF STC.C6LPILE SHALL B., MANDATORY WHEN 404BEING ACLT,ESSED 6 CONSTRUCTICN '0 81 NC PRIVATE VEHICLES VGL- BE PERMITTED WiTHIN THE SECLIRIT, FENCENT AREA CONSTRUCTION PERSONNEL SHALL BE REQUIRED DO ...ARK 03,37,406 114 SECURITY FENCE IN DESIGNATED STAG:NO 1,40 ,4 OTHER AREAS AS APPROVED B. THE 051'11,154 TRANSPDRTAGON TO THE PROJECT SITES WITHIN THE SECU4I1 2 FENCES AREAS SHALL MEET THE REQUIREMENTS DF SAFETY NOTE 6 NO EXCEPTONS 4 REMOVE AL._ SENERATEC DEBRIS FROM THE INGORK AREA '05 THE CONCLUSIC.141 OF THE DAsS CR PERIOD'S CONSTRVCDION .9JRNINS C4F GENERATED DEERS ,,HAL, NOD BE PERMITTED No EXCEPTIONS. 11 THE .:(N'14104 '04 SHALL CONTROL QUE,T 60 4412E -RING THE DISTURBED AREAS OR EY :TITER EROSION STABILIZATION METHODS APPROVED 6' THE ENGINEER DUST ERCSES: CONTROL OPE-RATIO:45 511-717, 514 CONTINUOUS INCLUDING HOLIDAYS AND 866.ENEN:13. 11 THE CONTRACT -OR SHALL SUPPL. LIGHTED. -OW PROFILE BARRGADES INCLUDING FIANGS FCF, 11445 PROJECT PLACEMENT BY THE CONTA.ACTOR SHALL SE IN 7F16 P8555435 447,, vrTI-' THE APPROVAL OF AIRPORT PERSONNEL AND THE ENGINEER DURING 1)0 CONSTRUCTION OPERATIONS PER sEcn011 75-09 CI. THE. SPECIFICATIONS 80,8D AS Si -0'\'1 ON THE PLANS 9,40 45 DIRECTED BY THE ENGINEER THE LeNTRACTOR SHALL PLACE ANC PILL THE EARPICADES -422I4 HATER ANO 14IAINTA14 FOR THE CONTRACT DURATION THE CONTRACTOR IS RESPONSIBLE 6445 MARITAINING AND REPLACING BARRICADE LIGHT BATTERIES AND 4' ,,05 AS REQUIRED DURING SONSTROCTION. BARR:CADES DAMAGED BEYOND uSE DURBIN`, CONSTRUCIDON SHALL SE REPLACED BY THE ,,3\ "('04 AT NO CLATT DC '5 7)7158 12 ALL AIRPORT GATES AND FEN01N3 LISED FOR CONSTRUCTION ACCESS SHALL BE MAINTAINED BY TRIE CONTRACTOR TO CONTROL ANDADR DETER HLIMAN AN: ANIMAL 44T825I0147TUNG- THE 439 13 IN ORDER 14-2 MAINTAIN OLEAR OBSTACLE 6855 2)45 CONTRACTOR 601116 WENT HEIGHT SHA1O RE LIMITE0 TO 25 FEET AND NO AC0437" 4642. SE ALLOWED Y,"HN SOO FEET OF RUNWAY 4,1 CENTERLINE. ADDITIONALOY 1,10 ACTIVITY WILL BE ALLOWED WITHIN AN 43'26TAXIWAY SAFETY AREA THE OWNER 440 CONSIDER EXCEFTIONS FOR SHORT CWEATION ACTNATIES ON A LIMITED BASIS SUBPST REOLIEST 4 MIN1:2122 OF 10 1.4CRK,ND DAYS IN ADVANCE,. FOR OWNER'S CONSIDERATION. 14 CONTRACTOR SHALL HOLD AT A 41141515,11 5,5,3, CONSTRUCTION MEETINGS; WHICH MAY INDLLOTE REPRESE- TATIVES FROM THE AIRPORT FBC,S. CONTROL TOWER ARFF AND ENGINEER TO REVIEW SCHEDULE. 'WO. RK AND SAFET. ISSUES. IF A SAFETY ISSUE ARISES THE AIRPORT DIRECTOR OR ENGINEER MA2 REQUIRE MORE FREQUENT MEETINGS Oty-SIDE INSPECTIONS OF PROJECT CONDITIONS WILL BE PERFORMED EY' THE CONTRACTOR 1,6,12- THE AIRPORT OPERATOR THROUGHOUT THE DURATION 26 345 PROJECT l'' 3400 FOUND SHALL BE CORRECTED PGMEL1IATEL1 BY T45 CONTRACTOR 15 THE CONTRACTOR SHALL HANG:. AT A 41114121121,2 ONE PERSON ON 5476 4' ALL TIMES WHO HAS HAD A 111 YEAR EMPLOYMENT 54043833,140 011638 /SEE SPECIFICATcONSI, 554 43 062-1542 AND THE AIRPORT SECURITY PLAN AND HAS BEEN ISSUED AN AIRPORT SECURITY BADGE TO ACT AS ESCORT FOR THE ;CONTRACTOR'S PERSONNEL iT IS RECOMMENDED THA'T THE DONTRA(TOR HAVE ADENTIONAL SECURITY BADGES '10 '304,3 DO DOVER C DNTINGENSUES. THE RADGED INDATIDIJ42:5i SHALL REMAIN %PITH THE UNEADGED PERSONNEL AT AL, TIMES THEY ARE IN THE AOA A:CESS. TO THE SECURIT) IDENTIFICATION DISPLAY AREAS ;61049. SHALL ONLY BE UNDER DIRECT ESCORT PROVIDED SY THE SPVIVER OR A CONTRACTOR 43, 33,417, WHO HAS 7787 THE ADDITIONAL REOJIREMENTS TO DETAIN A siDA SECURITY SADGE A CONTRACTOR'S 5404, 0.053 INDIVIDUAL PROVIDI:VG SNDA AREA. ESCORT SHALL 5477:7 BE PE.RM-ED PERFORM AN1. WORK ACTIVITIES NO EXCEPTIONS 16 THE CONTRACTOR SHALL PROVIDE IONTRACT SECURITY COMPANY P283044511 4'- 41, 3653540450 SECORry ACCESS GATES AT ALL DIMES DURING OONSTRGCTIO: ACTIVITIES 71-43INGIVIDuAL SHALL VERIFY IDEN,IRCATION OE AND APPRO,5 ALL ENTERING PERSON' EL Ti, 65 044 THE PROJECT 17 EXISTING AIRPORT PAJETPENTS SHALL NOT SE USED AS RAU._ ROUTES DNLESS SHO4VN:NC,E.0 ON THE 419,45 34004 PR:OR PERIASSION HAS BEEN GRANTED SY TRE AIRPORT AND THE ENGINEER 18 ALL EXCAVATIONS VGTHIN RUNWAY OR 341 4',,"4 SAFETY 4,69,5 31141, BE BACKEILLED COMPACTED AND GRADED PRIOR TO OPENING THE RUNWAY OR TAXIWAY FOR 3PEF1ATIONS. THE GRADING' SHALL LEAVE NO POTENT14,94 HAZARDOUS RUTS. HUIAPS DEPRESSIONS OF OTHER SURFACE VARIATIONS AS DETERMINED BY THE ENGINEER DEFINITIONS: 1' -1 AER OPERATIONS AREA (AOA) =OR "15 81180.56 04 71-5 SPECIPCATIONS ARE 9,4 4,5,"' OR '1-5 54651 PLAN THE TERM AIR OPERATIONS AREA 1A0A, SHALL MEAN ANY AREA 0. i-AR,ORT :5: 38 INTENDED TO BE SSED FOR LANDING TAKEOFF OR SURFACE NIA,,EUVERING OF AIRCRAFT AN AIR OPERATIONS ARE, SHALL INC:LADE 61,C11 PAVED OR :1166.1.151: AREAS THAT ARE USED 3814TENDEC "0 55 USED =OR THE UN035,TRLICTED 10451,1547 3'. AIRCRAFT IN ADDITION 782 ASSOCIATED RUNWAY TAXIWAY ,TAPRON, ROFA TOFF, RSA 'GA 40 042 OBJECT FREE AREA SEOFAjTOE'ri) A:7 AREA ON THE GROUND PROVIDED T7-5 ENYI ANSE THE SAFETY OF AIRCRAFT OPERAT/ONS F'-,• HAVING THE. AREA FREE OF OBJECTS I: 4 2 SAFETY AREA. jRSKTSAir A DEFINED SURFACE ALCXNGSIDE THE RUNWAY 0E1 TA/LIMAN PREPARED 04 5,41855,6 FCF, REDUCING THE R DAMAGE TO AIRCRAF' LFIINTENTIONALLY DEPARTING THE ELINGNAN DR TAXIWAY RUNWAY PROTECTION ZONE jRPZ.1 AN AREA THE RUMPLY RED TC ENHANCE THE PROTECTS), OF PEOPLE 41,91 PROPERTY ON 116 083310 OBSTACLE FREE ZONE 'O'Z( AIRSPACE A-ONG RUNWAY THAT IS REDIERED '0 50 CLEAR OF ALL OBJECTS IN ORDER TC '40' IDE LTLEARAINCE FROTECTION, 639 AIRCRAFT 0410.40.40 OR 'TAKING ',FE REFER TO DETEGcF:- ON THIS SHEET .4W 4AT 01119 P CONTRACTOR• STAGING AREA 91 - 44184481. NHS: TWIT 1-22 419 11.1. 09FiCE 2 44, - 79.24 E4 1)451)4141), 5• '1:901* -01.11:: 2 2 , .7-9010117A1 - • -41 .444944 44 --449-9, :4- 41 •4 131. 11j. F 94T SI ufv OVERALL PHASING PLAN REFER TO EAR SCALE GENERAL PHASING AND CONSTRUCTION SCHEDULE •, A49 .4_,1 1. 58 ONSTRUCTIOI 084.5, 14"' DELA OP )' E04 ANY REP SCHEDULED jOAILIERDIAL .SI. 'VTR ATIONS '3544.35 4REHIOLS1 ',I APPROVED 3, T ENGIN:ER ,,N7,36 AIRPORT MF 'AGER 100 SCA. E IN FEET 2.J0 THE CONTRACTOR SHALL COMPLY WITH ALL LOCAL. STATE AND FEDERAL LAWS AFFC REC:44:LAT.ONF.. ANC. CONSTRUIDTION PERMITS THAT ARE PERTINENT TO THIS V,,ORK THIE'CONTRACTOR SHALL PR-ACT.JRE ALL PERMIT,S ANC LICENSES PER SECTION 70-02 OF THE FAA GENERAL P20043 080 REQVIRED. D2RI4G RuNWAY OR TAXPVAY CLOSURE. THE OONTRACT OR SHALL OBSERVE THE SAFETY AREAS OF %ALL OPEN RU,911AY 18 AND 9940A45 WORK ,311411,6 THE SAFETY AREAS 'AA' 56 RERGITTED 0, CASE 85 CASE 51,3' WITH APPROVAL 4.0 T -1E 34860734 OF AIRPORTS AND 84', (41554. 4 PERSONNEL 446 80" PERMITTED ITC ENTER ANY A.CTIVE RUNWA, OBJECT FREE ZONES OR TNA057, AREAS WITHOUT AIRPORT ESCORT WHEN PER1,41TTE0TO NVORK UNITH114 A SAFETY AREA LIMITS DE AN OPEN RUN,/A' ,DR 76,81,7,1A4 THE DNDRACTOR MAY SE 0486,, 04 34 THE ENGINEER OR AIRPORT PERSONNEL TO RELOCATE TO ANOTHER PART OF THE .AIRPORT 085047340 4454 :ADM OP VACATE FROld THE FENHED ,7')4P,4404 ,'4' G-16 4.39, FOR ARRIVALS AND OR DEPARTURES OF ...IR:RAFT THE CONDP.ACTOR SHALL SONIFLETE IT'S RELOCATION IN. OR VACATING OF THE .A0A BY 10 4,11141,165 PRIOR 70 THE ARRENAL .45,80 SHALL 440T REIMOBETZE '710 54044 ;REA EON? 5 MENGES 1OLL3WI4.0ANY ARRIVALS AND OR DEPARG IRE OF AIRCRAFT 7 AZ :ANYTIME E1,7ERGE4C5 OPERATIONEr.9 WHEN: CONDITIONS MAN SE HAZARDOOS TO PUBLIC SAFETY AT THE: DIREC T,09: 754.2 ENGINEER 'UR A,RPORT DIR.E.C.TOR -HE. CONTRACTOR SHALL CEASE: OPERATIONS AND VACATE 00. 04.' '40 417014010,,, STANCE.' TIMES LANLL BE ',.RANTED OR PAID 08 71-5 ITEN,I 6 AL- AREAS 0:577)IR5ED AS A RESULT OF THE CONTRACTOR'S STAGING AND CONSTRUCTION '66211,047,SHALL 5.E RF9TOREDEOcA'L TC OR BETTER THAN: ORIGINAL CONDITION. AT THE CONTRAFTWIARS EXPENSE IN A. WEL ; 44 '545 ANY UTLITIES REST ROONI FACILITIES. AND DEMPCPARY FENCING SHA.LL SE AD THE CONTRACTOR'S EXPENSE THE SONTRAC,T2 R SHAN- FIELD vERIFY THE. LOCATION AND ELEVATION DE ALL UTUTIES PRIF94TO -45 START ;41F THE CONSTRUCT:ON '14 THE 54TE47T IF DAMAGE 8-14361141412 LITILMES AND CABLES. THE 5,3\059 4\5 THE OWNER ARE TO 486 NO'DFIED IMMEDIATELY THE CONTRACTOR SHAis REPAIR ANY DAMAGE TO UGLITIES AS DIRECTED ay THE ENGNEEF IMMEDIATE -5 AT THE CON-RAC"ORS EXPENSE. 8 STEEL .ROTECTIVE PLATES SHALL EE. PLACEC .D141 ANY '0,51 0'. EDGE OROSSUNGS PR,OR TO STAGING ANC. CONSTRUCSON 112 1424NIU4'PLATE THICKNESS 6, 2,EEWIDE IS RE:Si:RED PLATES SHALL EXTEND BEYOND PAVEMENT A MINIMUM OF 10 -FEET CONSTRUCT UNIFORM SLOPE AT SHOL,_DERS WHERE PLATES ARE PLAWEG GO MATCH EX:STING PAPEMENT ELOPE ADDITIONAL CRLISHED AGGREGATE TOP COURSE '.7, 5' REOUIREC DO CONSTRUt-T UNIFORM SHOULCER THLE CONTRACTOR SHALL 0159,4 444'1474'4 ALL PAVENIENF CROSSINGS By BROOMING OR OTHER APPROVES METHOUS AT THE ENE O. EACH. WORK SHST AT AMIN/2221A OR AS REDLARED BY 64,, ',S,, :LEAN NO 537)40 ',E' SPALL BE AV A CABLE ON SITE AT 331 HMES i5 WATER FOR CONSTRUCTION SHALL RE AT THE CONTRACTORS EXPENSE THE CONTRACT:11F SHALL COORDINATE WITH 71-5 0" OE NAKING TO SETUP A METERED SCUPUCE THE CONTRACTOR SHALL PAN 4' 0545 .+.5500ETE0 WTH THE NTE7ER AND 'WATER 11 AIRCRAFT OPERATING ON TAXIWAY' A DURING THE PROJECT WILL BE RESDRICTED TO A -W44GSP4N OF LEES THAN 1-18 LADG OI SAFETY AREA LIMITS ALL RUN10,0.5 - RUN,.'., SAFE') AREA .4' 0741 530 • ALL 6364314,45 .4)447,9,', OSJECT FREE AREA WIDTH OD FT ALL RLINWAYS - LENGTH BEICf•iD END OF RLITA'AV 1,040 FT ALL 7A8IWAY4- TAXIWA, 062E0T FREE AREA WIDTH 16704 • ALL 7A XIV•A`FS - SAFE -1-N' AREA 'MOTH 111 FT 26.'1 ON SCTH SIZES OF RtE7 •IAM MEASURED FROM P,44,"0O" "4 46 2 '567 'ON FOTH S.DES O. TAXIWAY MEASURE: 6401' 740" 4' 8B9TER.4.46._ LEGEND - 811 Nnavv.hEr's Wow. Cal before you U.). I (800) 849-2476 CALL BUSINESS BATS IN ADVANCE BEFORE SOU DIG, GRADE, OR EXCAVATE DOR IRE NARKING OF UNDERGROUND IDEPAGER UTILITIES (JtB) 7-0-2 ENGINEERS, INC. 6:1 tt- "A7r -• SHEET NUMEER G-102 • 1 WEST GA APRON PHASE 1 REFER TO 6AR SCALE LEGEND: CHANNELIZATION CONES LOW PROFILE BARRICADES HIGH VISIBILITY CONSTRUCTION FENCE HAUL ROUTE ARFF ACCESS ROUTE (KEEP CLEAR AT ALL TIMES) PHASE 1 WORK AREA 5I DA CONTRACTOR STAGING AND MOBILIZATION AREA SECURITY ACCESS GUARD ;•'55,22F. PHASE 1 GENERAL NOTES: ‘E-Ein 2E2i5E- 7E-Ex.,E, .„2„. • 6.57:13.12 Er• AIP,PORT OFFICE • 'YE 5212, 01. - E.; 7 -ON vE TE. .2,2E12.2252! -2E17,2E25. 2:2 5721:50, :15 '5"; . • 4 ARFF • EU :11. DING 55.21E:5 Y—' :- • ilTERMINAL i ?••." 1 RUNWAY 927 WILL REMAIN CPEN DURING ALL PHASES 4' 2. ALL CONSTRUCTION OPERATIONS SHALL REMAIN WITHIN BARRICADE. CONES AND CONSTRUCTION FENCE LlIvIITS. 3 HAUL ROUTES SHALL BE CLEARLY MARKED TO THE SATISFACTION OF THE ENGINEER. CONTRACTOR PERSONNEL AND EQUIPMENT SHALL NOT DEvIATE FROM THE DESIGNATED HAUL ROUES ALL .SONTRACTOR TRAFFIC WILL YIELD TO AIRCRAFT 4 THE CONTRACTOR IS ALLOWED 25 WORKING DAYS TO COMFLETE PHASE 1 SAFETY NOTES AND REQUIREMENTS: 1 SEE NOTES ON SHEET S-102 SAFETY AREA LIMITS. ALL RUNWAYS - RUN 55+ SAFETY AREA WIDTH 55C FT • ; ALL RUNWA \-5 - RUN:NA \ OBJECT FREE AREA WIDTH 05' FT ALL RUN 5716 LENGTH BEYOND END OF RUNWAY 1 UK FT ALL 'AX1'.VAAS - TRY 6-51 OBJECT FREE AREA WIDTH 186 FT ALL TADSWA•'S - TAX10:Ar SAFE—) AREA WIDTH 115 FT 1. 250 FT OD EOTH S;DES CF RUNWAASEIRE' R021 FRUNC25•V CENTERLINE 2 59 FTCN F..10T51S,DES „DE TAXIWAY MEASURED FP.C5ITAXIWAY CENTERLINE ",.." . - - 50 SCALE IN FEET •-• 100 811 Know what's below. Cal 1.-F,E, 1 (800) 849-2476 CALL 2 BUSINESS DAYS BY ADVANCE BEFORE YOU DIG. BRAD. OR EXCAVATE SON MAINTING OF UNDERARM/NO MENNEN IITNITIES J-U-Ei ENGINEERS. INC. z a) —> - < I10 LLI •— w z c;" C3� z Wel 5 0 05 GO 'a- u) '0 a, 100+0 EIS. LP. 00 01 0) DA Is," co 05 0 _ij CD 0 OD cD o C5Lo 2 .L-1 c:1 ,cn LL —J< < Z Lu cr ›- w (I) LIJ 0 lc kJ '7 0_ f2C < < < <(1) >—w SHEET NUMBER G-103 • WEST GA APRON PHASE 2 REFER TO BAR SCALE LEGEND: R-7,7 Sit _ • AIRP.DR i OFT-0C/F AZZA..2=2 .ARFF • BUILDING .21,• ON AVE. -0-os.40 **-* CHANNELIZATION CONES — — — LOW PROFILE BARRICADES CONSTRLN.TION FENCE HAW.. ROUTE ARFF ACCESS ROUTE (KEEP CLEAR AT ALL TDAE S: Pi -ASE 2 WORK AREA SIDA CONTRACTOR STAGING AND M23BILI2LATiON At,ZEA SECURI'Y AG.r:ESS GUARD PHASE 2 GENERAL NOTES 1 RUNWAY 527 V.ILL REMAIN OPEN DURING ALL PHASES. 2 ALL CONSTRUCTION OPERATIONS SHALL REMAIN WITHIN BARRICADE AND CONSTRUCTION FENCE LIMITS 3 HAUL ROUTES SHALL BE CLEARLY MARKED TC THE SATISFACTION OF THE ENGINEER CONTRACTOR PERSONNEL AND EQUIPMENT SHALL NOT DEVIATE FROM THE DESIGNATED HAUL ROUTES. ALL CONTRACTOR TRAFFIC WILL YIELD TO AIRCRAFT 4 THE CONTRACTOR IS ALLOWED 25 ,NORKING DAYS TO C,OMPLETE PHASE 2 SAFETY NOTES AND REQUIREMENTS I SEE NOTES ON SHEET G-102. SAFETY AREA LIMITS ALL RUNWAYS - RUNWAY SAFE -1 AREA WIDTH O ALL RUNWAYS 2 RUNWAI OE.:ECT FREE AREA F -SOC C FTF1- ALL R.J1,1WA 3 LENGTF. BE 01'10 END OF RJNWA i ALL TAXIWAYS - OBJEC7 FREE A RE.A WIDTH ; ,COC FT 11 el EE -T ALL TAXONAY5 - T.AXIWAY SA.FETY AREA Yr'IDTH 1 2SC FON BOT 310 55 DF 9.21.221*.F.3 I,IEASL/RES RCM RUNWAY CENTERLINE 52 FT ON ECTH SIDES OF TA)? IV: At' MEASURED. 5IV.2,5Y CENTERLINE 2 • : 2.• 0 rN 50 100 SCALE IN FEET 811. Knew:W.0s balm% Cal ttrlorc you dig. 1 (800) 849-2476 CALL 2 BUSINESS OARS IR ADVANCE El EFORE SOU ORE GRADE. OR EXCAVATE FOR THE MARIONE OF UNDERGROILHO MEMBER UTILITIES B 1 -U -B ENGINEERS, INC. Cf) 0) C••71 to co u Sr • ci 0 33 -... § k 2- 1— ©0 1-1-I LU C2 �0 LU Z 0 i= < () CO •c( < Zuj cr 2 CC Z W 0 I— CC CC < < I— Q Cr) ›- W co 1 1Li, • . ft; SHEET NUMBER G-104 0 13 8 2 2 2 5 8 F.F.7...,.r./...f-.P.._..;., "...\ 1" HE HE5TELEITEL HE ! HEE .55. -- ',2,, ,, .s,53;34( , •IIII S ALI 3" " TTE TT- TE153" 3545 HI- 5,1355j. 'I IHA. F - LI' ,L..,.• „. j. :i- -2-/ ..-• •-.' ..-•'''' ; ,,,,,,,.•-• PT', 1,4A-1-, :' - • 7 E_ -VNI:.•1 :.-T,,,,,1 71, -. . „,..4,' : ; mr.r - • 1.,‘ ,./,` ' >, „,,,, 4,,,,L,4E L,LL M.; , .....: • - ELLE' ETAE53 AEL,. -NE pE/.,:•-• , p .54-5.1,-TIEH: ' THEN..ir A EP •H7 II I'Ati.E5 HI )33. /(75"Ati: LI FP, ..i,„ i• ,f`', •I *EAT ,IFEATTE AATES HE- /HE E_ HE F 'FELLS 4553FILLI A, FL; ..-lb.Ni_F ,.,.. , IES -3 Fit HITE A 5. .5 i IFIE CA Et" F.LI AFT IE 35"HAI fir 4" "AAHATEF AIL : HI , r" 5A, AL "5"I FA 'HE LEXI:51-1 st- ENT-H.4HE EHALL EIE ' A H.I.FLA A 5: :. f LEI ....! .,...••• , •,- IFIL 'Hi LE LI35-: .-1/FI IA it 5 HE 5 A. IS ti A:HASH:ET ;-5•H, ;: HA it - 5 ; LH,- LiL--, LI•L--- ,--•., ..55 IFS "FF-E.E ;FE:- 5 F 55 "L'E E. 5 .F3 I" "5..." 4 155." Ar.T., "•:;•`: " "..4-1", ' ''.1- F ' -"ES," A F. •:-/E,,p : . .. Ps, . ::Li, 1,,, •%,,:: ;-',,,._ --„L„ .., • „,„ .rp,-;!;.. hp ,,„. rE ;Er rE4t t,:... E -( ....',. :I ' r , TA r Hi 5 it:!• Et" HE .F.- ii HS , .,.., ,Fr HITE PFRAILIF" 33 THH LTHATEA I- A"'I.I / AT' ' rHE I ;I:".1555; ;EVA F ErTj PH555 / '5' " -E ").•E / • 'TH 45 E : ALL HiSER.35"1 .4:•;L_HS ....4455_ .45.EHLE LAI RHE ATE:1 ES HA vEH :LES ! JA. -AA 5 A LE 'TE 51 ...:e.,..rs. !-.: :: r••7 E IFFS!" IFE" IMIAFFH-515 STABILIZED CONSTRUCTION ENTRANCE P i'• - ..i•TP• Pi, l'• 'T,•• I J -U -B ENGINEERS, INC. — „. .,.• ri , o• .. 490 'c W. 422 Riverside Ave. 'iii, Suite 304 2 e i Spokane, WA 99201 Phone: 509.458.3727 Fax; 509.458.3762 www.jub.com ig; wf , .. - ---- • EF • . T . • L„ i _ ... , . .._. • , ,.. . 4 .. :•-•,• s. 1 '--, 1. ' ' r, i. i. i • ' i ' ''...• ., -., 1•••::: • ; ,.. ;;,- , • , ' 'M.:. .. 1 , **. ' .. , ,,,,--- ; , G105 ,/ r. i •••FU:' • :::?...e. , 4. '010 u 135 . Z." .4..• `; , '5•W• ... : \ • . .0, ..„, \\ ' r- - •- --- T-...-,..'.-717. • - s. 5."/ • - ARFF BUILDING „ • -....„... ..• •-• -• 44 5 L555,55 k 5" ." ' , „?..,-",• - //',./ /,, ..„, • ' . ppi /II / *I / 44.3. e• / ' i.:Ar- .1 ...,i_ ,,„• ?-1 .11 gl. i f-,,,*i'l F.FiLFIFE:..f..-.. ..i. Trn..-....-.. *„. - fe, *I". :FPI !Y. H• 5q- j 5I;I'*. '*"55 i -I %17.1•11 i4: CaT144: t r.: t ;A' 3 f F, . 5 it15 .1154:154 1.7.11.g.I.- .,. 3. / // : • I'i-II , '// /.E. • B1 , , - // 45/ A , 3 L-- B1 , A,..i.j,5 - 5/ , • 1 / / -1051 G F. , / .15 ' • G-10 5 • • ,--4: I TERMINAL BUILDNG ! / ri," como. * ' , -P-1 4 .--.. • ' ; /-/ /3' . 777 " .. - • ...... tn .. *** • , /B1 L / .. .0. ,..e.,.. .. ......... .............. - • .k. '..... r• ' '5 0-1051/ ' •• • */ ' // ' ....-.-1../ ' ' B1 V . .. I' . cli) / .). G-105 .1, / ,•• ----- •--.. ' , - --.. , _ _ ' G-105 / *v.: ._._. _ .. ,, SCALE:N.T.S / • . 5.54 LIE EtEsTE 5.3""E i ALE 5115E3 -:' , .. 54 's FILI*551 t aii . , " "EIFTEE5 5.F.T" / „. . - . F- 1 '- a T.LAVE *I. I. DETAILS ... 5 . L.4.1 4,LL -LLLL • HIE:, - /74t• "HAP",• :.**A'....1,. 7.. FT T 5 13: .135 ,..„ _ . r B1 -„,.• . .. , ...___...- . • , , . 1V-2\ • * , 5•I B1 ' L - - ... -.• . ,,,,... - AA/ .. / .... *-. e 0. / to. i :* 1 i 4 :-.... 'FHA 1 ,i - • 55...., 't ".......„: j _ 1 - •-, ..•-•• • ' -• .. _... *- '''•••• , •-"'"-• , YAKIMA AIR TERMINAL - McALLISTER FIELD WEST GA APRON REHABILITATION PROJECT PFC NO 15-15-00-YKM/AIP 3-53-0089-042-2018 EROSION AND SEDIMENT CONTROL PLANS il i.E.45 !.45: 43,1" REA. ;R.aTE: TI:452 ATH"35EStr F "F"TH •55- HP 55 ',..... '-:•-./., HALT A FT .. IIIIT-..3). h:rLi, IEF IF" -15-55. f :',P; ..1 •-:',,,. , ,,,,,, - • .5--'5; HATEL .A.: ....k: ' ," ;ES FEE S SEHIVEN A .2 IHEALIA -35- FIE " AAI,X, E !HE 3--3 JAI 512 5, EFIELIE.5 TTET F... L. •ILL R FAL„ NT,. THE 5 HALF FEE ;ET HE. F EFLEHELT IL TEMPORARY EROSION AND SEDIMENT CONTROL NOTES NO7 70 SCALE StA.T.E. IHT T -TF •-r:rr "IT. ... r IF, !HET IFE THE "1 'HEIL j'R F "HE, AHRIEHHEE' LIE -25: '.4 5E- HADA HI.C55 " IF, _____ "AA !HE• A it `1.E 355; - • INLET PROTECTION DETAIL --- SCALE:NT.S 2 5 / 'Es: TIC F A! HAT' IL 3_ 1-1+; r;;;;;;;D: - Tr TI,T.T'P' ' ii.; 555E.; HA - _LAI 5 A IAL 4.-TIVITIE, SHELL HE it- 1E- 3-I4 535,1 SITHI5ELEF I,LH.5. TIE. TBi EFITCH,-^: 64.F.- C.' .113F; HE' FILLEEL LE ET •HE :55-TA455.4. AAA :41E5, "E".5 "TA EIE HISIXA „ I' 3 i.3 '5"•• 5 EH HE , A L T _ 'V.,, HEFEI "4155 "F 55E'-' Tr''-'!:•iC "HE EYE 5! 1HE FETE" F.E.-IFIC SHALL HE HIE IE. FE ) ALr ..,LREL. AL, SEEANEA E.HEN - E 4 5 I5F tE" 4 45".5"E; 5 5 .'FILISE" -,..„. , ', -; '., ilLT,. I' 1ELII5 '5 543117 A •.. . 14,F., E "5 555,;• HEL, 5.5•.15,5_ 'Er:11 --.1-ir.i.. rq - r - Tr ....r., rITE;AIL THIS EFITE,5 15 I.55.55 "HE TA PHEFE.IITT -if ..: P.1* " ,trip- ••". P p ..,F, A.:FE I" THT. 555 ' •;.5. -L.'s EH 1' - E -A 53 t,_ 11 I.5_, TH; ;53.253. SE -315,53: THR, HE ___L .LE ILIHAE,Iii- ' E- THE LIFIII HI is.._ HEF IIETTIV'ENT SHALL ELL_ IT4 r: sEE Fj A' IrE L'E. "III5 " ;• A sFI: FII : H• 3 '5 •ArrE" HA" A 3" HE 53 ',•••Es FL; 1;" A " IN-H.T.L.EF: SEETHE', T 51.15XS iL 44 !."..7^-..F7T V,k -;•-i!'•:G ,• :ALL HE FI I SVELI 5 I e ;;I- ;E.;1.,3/L 1 yr. Ht*,,. •5 Ax AF 1 ALF.LIr .1_ F 'I' P.' :_•X -6....i•T.,-.. , '35413.LEES :El ALL EL HLT HE , THIN T , -i• H. P , r /.._ !-.. TE: ETEHIIIHE55). !E ALLTIEJEE; 'T.FLIHErt IFFEFIEF 5 SIEE, .HE 3, '4 IF' (.1.3 "TARItIXIE._ HIE SI EL „,_...„...,,,...: ,R,,, THAAHLT; ;ATLI Er LTAL •E_ TAALL EH" H,A,E, rE;FEATI r ' ' A 3:._ ZEE ---- 55 ,"" -7. • ' .t: 3 _EA 35. . _ I.".AHE•ATE +.‘ 7 _L 4! f r-4 .,.,,• i.''N ..,.' f.1 2.4METES' :FE TLE F'54 AL. -5") ,4.4-1' .NA. PEHI. F LE 1 LHES TA 4, SEHAIE ! I..."4/ FA. ' I; ;71FIr ELIALL HL .IF s5 , SAE" 5,1•51.; rAFIE !LE " 55 si... '-'--.E .- ' Tt* A i 0, 4. , ILLEETE* - A' - AFT 3.53-5:HEEL E ..,IFIJATIF " :F THEI4 H THE '''3-' A , iv), H r1.515HITSII:EF 1; HIT,,A ,H_ F. ".1!Th E„ IET,ELL51.5, - ... LI: Er 9;5 A ' t HEE); TIL F EA ..., 11511HEI. -.1-LA" is. ALE 5,1FE.HEIL EATALES, I HE::: .-j AV S, :E- II/EFELT ..,....,.!ER:_. ,;_rEp ,,,,,,..,:tf,,, )35. -E; 5; ; 5:535),, 1." HIA I" A E HE - :E. - :Fr " Tn'-4: SLEALL 55355 ATE *MTH "HE Er. "H;FE' A -F -5 IF- HA- AHFE_ HIL -TIE- " Hi i ET ..... "i:'E' II 5 PE •E ,' 5 -L.•31FIT FHA- 5E LE E.FL1EF "A L 5455 TPF PH' .:-.""F.EIL Er- THE 113,15-5FE , A .31'5." t' E. FIN" E .“ ,.!,_. "LrE jAHT,t, _EA! IFTF ' 5.5E5F "--5.5..). TS, EHIEEE - E ; LiE*5 ..; E. .FE L IEEE -) E .. TEXT' 3" '5A.,515!, ; AL jA,„„HA.trs s HE," -E,A, y,..,A.'-;..f .,„,-, F55.55,35AT 'FA TASE "141155/, IIE IT, 11.53.55HEF F LE ".IF 55 .5:" SAIE ', FT A.. -.1.5_53 5 - LI 'E R, sE ".. HERE LEAF SEALL. HE 47 E 455. ' - 5 4.52P ._E. 5-5! IE ' E " Ar54. F •-SIIE I 55FITE F FIFI 5.:;" AEI i E-HEL 5' "15.1! AI- 5 F. ALETE Ail HEE -Hi:- i Ai 13 TE ,.• ,_ ;TEE AL, - _i I I._ 1. •,:: -,. 7: ---,-. . =-,---- ..,;), , ..„ 4- :-. , -,-,; , ,r, .,- ,,, 1 T'; r3F EFETAL A V;1 , . ; A J-. -.'-'-E- ,„ .' .,...; i..., /L _ :II ..;",, i' A FAH •5;51. 'HE ,:si--.4-r„ :.:;- v„..TEP ,--, L•ri FPF. P. pH...i. HE' !HE" T.' - A .1 _ Ex ' IIIA.. .41 AT•' 55 IITILT5 ' IA" H. „ THE I THEF Es I , EAT "HAIL HE •I, 4-35„ A. LH r'ILIr-. r.P... T ., Ri- ..'"•-, sEr.. TIE ! 1 L' EIF"EF --4-- Er 'EH HE FI: TES rA:4,. r. 1T.H.,... HE .15:E. IE. Pl" , , . F. IE. AHE. AETEEFTE/5 LEGEND: ; 8 1 %kliPpol d' HT lit:F:4," 3E5 100 200 CALL 2 BUSINESS DAYS IN ADVANCE BEFORE ' TCt ' • '-',. -.---- ElLE 7017.056 G.,05 ,,,,,, t,,,, j. _ -V'--i••''s .11 .;.-- F YOU DIG, GRADE, OR EXCAVATE FOR THE 25 ()DAWN BY 7j1 MARKING OF UNDERGROUND MEMBER SCALE IN FEETDESIGN UTILITIES SY ADD GtiECKED BY MIN 0313, 34/ AI F UL, SIZE, IF NM CINE I 11DI'„T NCH. SCALE AC.40NG 43161 03061,4" 6.144010 SHEET NUMBER: G-105 47. MILLINGS -\ DISPOSAL AREAS t sp • •••15.'"' Ett: El I* r". tt— 411k- • • ot SOIL DISPOSAL AREA 4.„ e „ AIRPORT tt• OFFICE Ex. „ • 7....E.77. ARFF BUILDING 7 TERMINAL BUILDING 1. • STAGING AREA Ntt LEGEND: - • '1;11 'et e • ' / 1.02_04/4. 040 /204 444444 '1 0 I .4_44 0.22: t :I- 4.0- 2.44 4400 El••••• 4—'44044 I IAD_ T ItNIETIIDEL - kit 4 044 tt_ 11. dt) tti 4 tE Et' L:I7 tie* relax W WASHINGTON AVE. 200 400 SCALE IN FEET 811 Know whars below. Cal bekwe you dig CALL 2 BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES CJUB J -U -B ENGINEERS, INC. CD uj LLI Li 0 CC CC 0_ LU Z cf) 0 < <1_ cr LJJ__=71 11-1 < Lu CC Z Orr CC 0_ < < < 2 <(1) >- 0 >- LLJ PFC NO. 15 ;ILt.11.650G-1.71 JOB ERRE A t.1?.ct IMAM. BY BF DESIGN BY BOB CHECKED BY MIN ONE INCH Al PULE SIZE. EP NO1 ONE INCH. SCALE ACCORDDIGLY LAS 1 UPDATED DANNIEDD SHEET NUMBER: G-106 NOT USED Al FLAG s FLAG -- 6'x6' ORANGE AND WHITE 20"x20' • 20'x20' REFLECTORIZED PANELS ; WITH HIGH INTENSITY i SHEETING ON BOTH SIDES I OF BARRICADE. I 11lI1/�lI Cl'/''l • .1 _. ..__ 30"` ... MAX I I T RETRO-REFLECTIVE WHBAND (LOWWHITE E ER BAND IS OPTIONAL] ..1 -U -B ENGINEERS, INC. t iarsi 1 W. 422 Riverside Ave, 6, �1 Suite 304 c j Spokane, WA 99201 m g Phone: 509.458.3727 W Fax: 509.458.3762 www-jub-com ^ ✓ t.' ATTENTION S' ORANGE LETTERING_ t- I I j • • I `F, e=.J`r,;ti.]L_ 'E£../ 1' F•it- .,.iiS :._._ x. r - - ---fE i ',:, L 3-BLACK LETTERING t - ,,. -- �I%C,a�C•^ cl` _..• /.:YKE;- I •,. «. 0lhT .0• . J-u 11u- ,,,F ' ti• 1"BLACK BORDER LINE LOW PROFILE 10" BARRIER NOTES. 1. CONTRACTOR SHALL PROVIDE BARRICADES WITH FLAGS AND LIGHTS AS NEEDED TO MANAGE CONSTRUCTION SAFETY 2 BARRICADES SHALL BE PLACED FULL WIDTH ACROSS PAVEMENT AT EDGES OF WORK AREAS AS SHOWN ON PROJECT PLAN OR AS DIRECTED BY THE ENGINEER. 3. THE CONTRACTOR SHALL PROVIDE FLAGS TO BE ATTACHED TO BARRICADES. 4. FLAGS SHALL BE 20' x 20" SECURELY FASTENED TO ELIMINATE JET ENGINE INGESTION FLAGS SHALL BE ORANGE IN COLOR. 5 THE CONTRACTOR SHALL REPLACE DAMAGED BARRICADES. LIGHTS, OR FLAGS AS REQUIRED. 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE CONTINUAL CARE AND MAINTENANCE OF ALL BARRICADES AND ASSOCIATED ACCESSORIES MAINTENANCE SHALL INCLUDE FILLING BARRICADES AND MAINTAINING WATER LEVELS. DURING PERIODS OF SUB-FREEZING TEMPERATURES, POTASSIUM ACETATE OR CALCIUM CHLORIDE SOLUTION SHALL BE AN ACCEPTABLE ALTERNATIVE, CONTRACTOR SHALL ALSO BE RESPONSIBLE TO REPLACE DAMAGED FLAGS AND REPLACE BATTERIES AS NEEDED. LOWPROFILE BARRICADE A2 ORANGE IN COLOR 'NEIGHTED BASE OR SOIL ANCHOR / NOTES. -I. CHANNELIZATION CONES SHALL SHOWN ON PROJECT PLANS, 2. CHANNELIZATION CONES SHALL 3. CHANNELIZATION CONES ARE 18" CHANNELIZATION (i) • BE AND INCIDENTAL f PLACED AT EDGES OF WORK AREAS AS A5 DIRECTED BY THE ENGINEER. BE ORANGE IN COLOR TO OTHER WORK CONES I j ! -( I(4)12"15"GALVANIZED LAG BOLT (2)4'44"410' POST. 3-FOOT BURY DEPTH REUSE OF DRAWINGS THIS DOCULAENT. AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OF JA -B ENGINEERS, Inc.AND IS NOT TO BE USED, IN VALUE OR PART. FOR ANY OTHER PROJECT WITHOUT THE EXPRESS WRITTEN AUTHORIZATION QF ..AU -ES ENGINEERS, Mc, I I .w i; �fil NI wI ¢) I j I I I iy Im j i O a Iw I ry t SECURITY NOTES_ 1 SIGN BACKGROUND COLOR: ORANGE 2 ALL LETTERING, BANDING AND BORDER TO BE CENTERED ON SIGN. I 3. SIGNS TO BE INSTALLED AT ALL PROJECT ACCESS GATES SIGN 4 SCALE N.T.S. A3 t ' SCALE:N 7.5. SCALE:N.T.S. / SCALE:N.1-.5. _z. _ I YAKIMA AIR TERMINAL - McALLISTER FIELD WEST GA APRON REHABILITATION PROJECT PFC NO, 15-15-00-YKM/AIP 3-53-0089-042-2018 SAFETY PLAN DETAILS SAFETY FLAG F ILA. ?( i 7 255 Ca-50, Jt131 0:2 4 :0 i? 1.51 0 ADI1 CH£tKE1000 154 INC`1 _C Al •HAI Size ' 4401 •Osr Iry CN, 0-431 AG105050! LAS1 tf. DAT11 E.12.`<U14 SHEET NUMBER: 0-501 ' "'1CONSTRUCTION : SCALE:N.TS 88, 818 9 2,1,1. 81,,,J0v 889,8 8,11, 8891,9 ft•I 2813 X9,884,9 .8.888,18815.110.78 1788, 588:188. Air 88.8,88.8.18X. ILI. 8 781,99 .48 1117 I4O; 0 Y A •‘. X X A A Y. e X Y't r *rt ,78• *8 0 > • \\\ \ • \ • \\\N\N\ tot / • • • x'5 4855 8 15 .\ 55 1' X • 0 p z c w 4-1 O 5 c m C Z m O Ms vi M 0 M • 0 O 7, O 0 3 < M • D 03 M Z • YAKIMA AIR TERMINAL - McALLISTER FIELD WEST GA APRON REHABILITATION PROJECT PFC NO 15-15-00-YKM/AIP 3-53-0089-042-2018 DEMOLITION PLAN MATCHLINE A - SEE SHEET C -10I xi 85105 01' C18.88884.88 L9.1 88,14 Xi 98 Al I 81,N 9 88 88 WRY tPYPY1111. Atir) 88.801848.1) ROI a:, '11081' rx 511 A8881,85 891 5t.11, 844,11.0, 88 1819.18) 88988.1- XI X 811188 8881188 I. 11., 1104' AN, 8178188 \811FICX8 '818, I I Ei.4 n71:.N-1. 8, .15 818, 8.8 I X01 r ptnk 80/5 41 '5811' t t EXPO -RAE To 1. .13 REXBION ....... DESCR.89 1888 ,APR„ DAT S31ON 03A3N J -U -B ENGINEERS, INC W. 422 Riverside Ave Suite 304 Spokane, WA 99201 Phone 509 458.'37'7 Fax. 509.458.3762 www.jub.corn z 0 H m (i) rx,,, t Ft Pk,.xi 13, xf.•XI,Xt MIXON, b 1[...",%1.17 051 'ff,IXIWI, . ono 7.Aosx rqx, f MATCHLINE A -SEE SHUT C-100 0 t 4 k 4 "sk k k/ / \'":...).' 4 / ! : ! 4 , 4 7 .., 0 NO2dciViVNIlVIL 03c1 r,1 D — • r Z c m O c ▪ - m C z Z m • D XI Jr 41 CI 73 0 r. O M C M Z X z O 0 )0. m L" b • m z m • 0 m C M I 0 m 1iai Ni 31V3S YAKIMA AIR TERMINAL -McALLISTER FIELD WEST GA APRON REHABILITATION PROJECT PFC NO. 15-15-00-YKM/AIP 3-53-0089-042-2018 DEMOLITION PLAN z REUSE OF, p_Rlytyjtigp, ".")Mt.,NIA,N •. OR' eXTXR.C,Or ANC Ortfri, P.E5ERVeP txte.i1.11-P.c.r 111E;;E: 04ZAVONX,...41 IL NOT BE 4::t.I5E1) k111.4e, IT .1 U.r 5 PP (41 111XN ,')1.4111T 45511'.1r '4)U5V'53 E.14 51,5555 t)'WU tk, Al IFNNi 5,ANCWM101.11v511,1 r„xpostiRE {t„, 5,1 7E, ,..f7txl -•-•--- 5.: T6Y-555. DATE C+ SALON OA3>1 J -U -B ENGINEERS. INC W 422 Riverside Ave Suite 304 Spokane, WA 99201 Plionw 509 458,3727 Ea, 509.458.3752 WWW.0.50111 [[[[,., ,•19[201R —.POKAN: I'FR[11,,,[. [A'ADNiRER7D,[0[7. DOI CAR,. • I ' 1r: • " 3 • 0 8 r, c, • cc z • D 1,1 Q ri • 0 o c m z x o 3 < m 3 .1 • m m M 0 C --1 F x 3M0339 3 r' rr: m [ • H m 0 01 z 01 YAKIMA AIR TERMINAL WEST GA APRON REHABILITATION PROJECT PFG NO 15-15-00-YKM/AIP 3-53-0089-042-2018 APRON LAYOUT REUSE OF DRAWINGS 41i, I. 1,• •11, '4 P!:, ,[[[,. 114 '4'4.E N R4.LM£D“.111.V...01 P, 1} 4.4*4 WW 05 A.[*[NRI:!1" tt.,V.A. I 44.'l1,. :ENV.' 141 4.14/ ro 0 (3 • - • -• • - • • — DE0,R1.[[[•[c•A • DATE' J -U -B ENGINEERS, INC W. 422 Riverside Ave Suite 304 Spokane, WA 99201 Phon8 509.458.9727 Pax: 509.458.3782 www.jub.4010 r It AM list, !!! ISs sots -4 Ds* MsssossMsoLSONL,,, sLONSAILINS rctr.tmir•t'm .1!LI3 *0 MS SO) SALLINM trtatirrAttgrt.r....Autt•ttigtrtr. 1 Sy! NOM 001 • • - .. " t r, 0 (0, • • ,•• 0 . '• _ _ _ ! • ••,- • • , • MI.. • YAKIMA AIR TERMINAL WEST GA APRON REHABILITATION PROJECT ........ • -• —• ........ REOSS 1!)SJMANNOS !NOSH, ! NitrAN Mt LOONS(LN USN! (INNS MAIS *SOMM311 SLOSS NNFP.SEC no I'S (...• ortmt ONANSMNI. SNO THE/01 SILN! NOT 00 NSOLLSO NS moot ttimr'r 104 01/0010144 04 01444 *04 MINNS SO MONT !NOLO EN ONSINS SNO ENL rt ?ENT* SOL* NSs. AND OS INOWN.OLN 'ON !LON. 0440 0011 48 • •-• RFC NO 15-15-00-YKWAIP 3-53-0089-042-2018 ------ GRADING AND DRAINAGE • 1 - 001 ---- g.S!!(..:01PT,Ort ....... 'Et/ APR. DATE !Ss 01 frt !„, 4 J -U -B ENGINEERS, INC.41! W 422 Riverside Ave Suite 304 Spokane. WA 99201 Phorricr 509.458.3727 Ftr.: 509.458,3702 www.jub.com z 0 • DIN Do.•11.t.toNt R,Ato ON, A fly ATTRA TIND: tAt.DttFed ot1,01, TANAANITIARA.T.T.ARTDFD FN.,1•411 AT* r ofTI 4444 TERNFTIALD 1DATNE TOT 17 DTT FOTIO tFATT 44, m 4 , TT t; • ** 4444 T*71 N.) 44 TT. • ) 44 • n1 it • •TY m t r mz• CD z 0 nm 17) m T• YAKIMA AIR TERMINAL WEST GA APRON REHABILITATION PROJECT PFC NO 15-15-00-YKM/AIP 3-53-0089-042-2018 GRADING AND DRAINAGE RETISF OF DRAWINGS 11tAl RiTTAN )41' 4/'" (DR,' ItDRI 14 '44 iTNIFP RFT:ERRED F1241 1F1 OF t *IF FF DRAT:NCR AND 411 444444 '441,4 1 11.: 31F PCUSED T ROUT !-,11, t19144P WRITTEN DONT:RN, ANY TENSE:D.11 TICAJT 11P T TIEN CONSENt Et, TT, P VON DE At' COJETT I E. %OLE iTIRK AND V- DITAIT LITRIT 444144R LEON. EDFDADPF Po DOD 144' 44 NO DUSCR*-irrjof . BY APR. DATE- • J -U -B ENGINEERS, INC W. 422 Riverside Ave. Suite 304 Spokane, WA 99201 Phone 809.458.3727 Fax, 509.458.9762 www.jilb.cora 0 7173 7171 • / 1- ,1 • e • VAT ...111 T 1111.: • , . 1, • 711 • y, Y „ XeS. 4 , I 4 7r -A \ %/AIL 1137:13,117 -377, 14 4 e-1 " • )\--tt ‚44- , 7 y **, 0.-503 \ \44 44e 3 e • Y 3 \,7 g?L' \try/ • 77,73,3-3 \ YA e , e s -3733 I <173,e, 7:Ar.7. 34', I 177: 1e37 3,7 44 47 4)-1 11: *Le' 7713 (4471 1,1- ,E-7, Fr 'r NOTES: ,33771E4-77i/C)-,77.1" '7. 4-17. 717e- 7-7713 Ii33eK '77 PLAN --..-3E•7 3 3, -73'33 7e,377 .1-3773• 77 7 ,3773 7-11,31 3)3 E...,31,11,;",. Are, 4" E.131 IC ALL 337 Fe 77- 71.737IE. 777' 777-3 , 3 17,73C '6 -1DE'--.-41- Si 7.3 E 371`33 Y41 e7 A.1,71 e1331e4, S 43,161613 1' 3733 73,-1,74- 37.3 7.37,7 777 LEGEND e 3,777O-1 el 1,73,77.3.3 RFT,111,, 1 0 20 40 SCALE IN FEET Knaw vAiat% below. Cal before you dig. CALL 2 BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES 4 1-11-B ENGINEERS, INC, Li z ui w DE uJ z z Lu m 0 0 w cc a_ -Joz < — z cc::i uJ— <uI < z R' 0 < cc >- 1w— 07 cJ 0 CO 0 0 0< Z CO CC 0_ 0 C) (7 6 Z 90 1C)< 100 0 z 0 u_ via 70 111,050 t--,,n2x 4 JO PAC*. it °HAWN BY 000711717 Ci-1,YCKEII4- BY ((7 074' sgE NW ME (NCH. S07, AP,CORDINCel (ASI 17(tA1114 7(477(0 SFIEET NUMBER: C-204 88 I . , „'” ' '.- NOTES: J -U -B ENGINEERS, INC. W. 422 Riverside Ave. Suite 304 Spokane, WA 99201 Phone: 509458.3727 r" W Fax: 509.458.3762 vvww.jub.com r, rse I --",,FIr 4 .1114•ENCE: 44F1L. ; ,- c ; :i" ;E:E ","•-•YcEIC, "I_ * -HEFT 1". z_l_ SI, 1 EEC a,;1",• ' ,I,F. ' '4E1 if— --"C.-1•,- ..-Ec.,,_ ;.•.::,:fis',V•' ',ICH I1AFE", , .-- "" sIE1H.1.. E1E,FIEFE , Mci. : , CE HE , Fol 4 LEGEND . ., . '''. , ..• 1.,''' ,,,,* . 4. ,„ ,. -.).- '' , ''..„,),. ,.‹. • , `x ' / ' ''. ' ''' ,• '''. • .., ' ,, - •. '. ,;.. '''' x 'E ,, .,,,-'• za 4t );• \ • ' ,: ' I\s- ''' ' • • ,-, ,`".. . , " , •• ,, . ,, , •",' • - ..," , , ., ,.., ..), .., .. , . / Fl c ; `-' ' . , AEC , .. , • .' 't :,- a e. .,f L. ‘ i , r ' 4 . / , - -, • AT . 1 • ,,. , rz, - ra: ', • ' ' . -'''' ` ''2 - . ', ., - 4,c' .....,-• - ,, DEMOPLAN (ADDITIVE ALTERNATE) , ,, .., '... / t, - ,' 1 i ,i1T..:VII.1:- „, f;;..,•:.,....i.E ; FE DAL54., t 1 4 •,44/ ,:: , , , . _, 1".•• IE. 1.: 4 1 : !ET, c , "E!!•IL , • ' / REUSE �F DAWINS WLLB SHALL RETAIN ALL COMMON LAW, STATUTORY, COPYRIGHT AND OTHER RESERVED RIGHTS OE ERERE DRAWINGS, AND THE SAME SHALL NOT RE REUSED WITHOUT GLASS PRIOR WRITTEN CONSENT ANY REUSE WITHOUT WRITTEN CONSENT BY AM -8 WILL BE AT cuErars SOLE RISK AND WITHOUT MASILITY OR LEGAL EXPOSURE TO WU43 : I ! • I • , 1" 1:-/- "..,^:s...Zi — ' , • 11" TC 1" ,I1 — T I 1,..C. 41:113'• J.:N.! ',Eu SCALE.SEE BAR SCALE - Z I <,. ., „ .,..-; • -, , • , . -_____ .., .,"; . . , 0-503 t:',..., , _ _ .._ ,..,-,--/ - ....;j; •• c*:?: ,-- • -, .z • .:FP•).1'..,i1 ',ETC! It T ' 20 Ev!:,:' , ..::;-:..,1!- :' F 1Fr "I' T ,--"; 1,:c44, !F (- 1'1E 1 I, TE!" N 40 Al 4: ./ *1. - • , / , : , t • ; < , A Al YAKIMA AIR TERMINAL WEST GA APRON REHABILITATION PROJECT PFC NO 15-15-00-YKM/AIP 3-53-0089-042-2018 ADDITIVE ALTERNATE DEMO PLAN AND GRADING DETAIL a F./ C-503 ; .. X:'!" .,_ ''''',, ' , ' 1; -4 , . 44 2 / .., s„; , ' • • . / ....,' .., ' / E' / 4. se / 4 , / '4 0-503 ...._ — , , ....- " • _ - - - ' . .. „.... - -. , / X — - .., •,,0 X' 4 '-, .. .. .,, ,V >'' , "": , ‹ .:1 / \ 1 G.,, ›, Si - ,1....f.: • „.. '' . i 4 ! .,,', .c, 4. • / ...!.!..r.... "i ,, 1C.. /)..„.\ , , i ,... , / -.• _ = , t , 4 .4. A ' -"..• ' \ - . < ' 4 X , / < ' ..,. , Y ' /1-42' Y.: •-:, :•:\ / \ , X'. ' xx . - , ',., ss.,,,. - „ / -. ' •K" s .:.e ,,. - -- sz \sz y 7, - / / , 7- ''' ,•,. ' Xy, , < // 4 / , , 4 \ .,....1 /.„, ..= • - 1 / .,7 ,,'- --• ,-,.;,- / X "4 ' ,,, ,\/. . ..-/ ' ''.." • '-' 4 ., „ 2 X 1. I " \ \'/ \--X .. . , , 4A , '/, / ..6 • / ,. , •1 .. .',, ". 4 , 4 //r < / X' ,• 4 , • •, \ ',/,'S• 4., ''• 25 , - ...,; . - . , a a a .-. 4 , ' :. .E, ' 'C'.. 4 •., , ....i) -'• , , . . . . , „. _, / '0"../ ' •'' ' - i ; .,.' _ A2 ' • , , ••• ., C / 4 fZ•t•4._, ,,,§.,•, , ' •t./ ,/ / X .. - Ij „)'', '4, Kxl\ ‹; ' K ..' '.0 , / 4 ''''.\ ...'" Al N, ..:.i / C-503 ' -4 -\ .7: '„)'''70C , X-k1I,V4 5:1T1Rt, ---...--- ,.., ,4,e; .,,,,u,,,,.. X, 4 ..:' , g3 N X 4 X 4 4 . X... , „,,,,r : X. 4 , "1,„ F. 2 ' X 4 ' s SCALE IN FEET 811 'Slip Knowerhat's belovv. ca before CALL 2 BUSINESS DAYS IN YOU DIG, GRADE, OR EXCAVATE MARKING OF UNDERGROUND you chg. ADVANCE BEFORE FOR THE MEMBER UTILITIES , .r. ,7 4 '-/ ' C-503 ,,, 0 s'.. X s , .7 - — ,' < / . . 4 ',A 4 * 4 / 4•'. ". . • ,:f.- ,7 4 4 ,,,,,,,. . 4 Ycy ' . . / ' ... ., . . / 4. s , , \ s 2' . '''! ..,`. < -- -..-- X , 1 • •,, - //•,• <.. 1 Z4.'• ' _ , i ' ‘• 1 .0 < 64 - ,...,.3 MU 70.17.0W t..27.,,,, SUB Pf 401 1 DRAWN BY - DESIGN BY .- CHECKED BY „.„., ONE INCH ....i Al Et 11 I StZF W NOT ONE INU-1. .‘C At F ACX.ORDifir,t ‘i SHEET NUMBER: 0-205 GRADING DETAIL (ADDITIVE ALT) -= .. . e , , . .„,„ 4 B ,....... - 4? '' SCALE SEE BAR SCALE- , ' X e s , .., , \ , , , .„, .. --- / • \ , 5 P51 0010:4442018 502 PM Plotted By: Spencer SIsphens 5105104/170015ASPOKANE4PUBLICIPROJECTSOLI5V0• 17-050 YAKIMA AIR TERMINAUCADSHEEP704 6.0WO NM:JdV Ve _LSM • I7 41 o -n (7 0 m Cf) 0 30 m z m 0 512 • • 1 0'1, • t • '40 ttt- g t 44,1 *4. 4 4 YAKIMA AIR TERMINAL WEST GA APRON REHABILITATION PROJECT PFC NO. 15-15-00-YKM/AIP 3-53-0089-042-2018 GRADING AND DRAINAGE SWALE DETAIL REUSE OF DRAWINGS JTJ'S SHALL RETAIN ALL COMMON LAW, STATUTORY COPYRIGHT AND OTHER RESERVED 503055 50 THEEE DRAWINGS, 500 155 SAME SHALL NOT BE REUSED WITHOUT 410-55 55105 WRITTEN CONSENT ANY REUSE WITHOUT WRITTEN CONSENT BY .TU43 WILL SE AT CLIENTS SOLE 5/55 00/0 WITHOUT LIABILITY OR LEGAL EXPOSURE 10 45.8 REVISION NO. 1 DESCRIPTION 8V15P10 0101 -U-B ENGINEERS, INC. W. 422 Riverside Ave. Suite 304 Spokane, WA 99201 Phone: 509.458.3727 Fax! 509 458.3762 www.jub.com _. 1E1, . NOTES: \ J -U -B ENGINEERS, INC. W. 422 Riverside Ave. ix, Cr Suite3O4 z 6., Spokane, WA 99201 ,i c Phone. 509.458.3727 Fax 509 458.3762 www.jub. cam .IEATIE 1II EX1PEINE _TILEEE ,TE ',ETV IA .41E 34,4-71411,,,TE EE:, EECE 34ETE TEE: EITECEEE1: ETTE T. . FE I3E TT; 71ES E... 134.21- - 4,41 _EEIEE,"11.1E. 1-1E 1 TEEETEEN TEI ELL - ELLE" 24'1,1t1I'E 17.11413E ..13114: --.,;r.-, ...1. ,.;:' ; , ;/;:, ;;•.:::.., ...;i- .;;5,1-17 „E".3E)T E 4E •EE 13 PEE •17EIE 1_ E- 443,3c." •ITE „ENEETTE:c4:1-11 EcEc.EEE : 77..E.CIEE -"PEET If` 3E " LE ALL -'-L- 5,1 EE VI1-11: El : -T. 13 •-•• E••= ETEETTEE" T7 E33.44, E. 1,11.7;1111 " FEEEFE E. .3: 111:EIc E ,Ir EEEETE""'1,7 4 'cc EE3.1.3E- .437714.... ATICE TC 3E Co PE 3,14E F VE311 141T , T EF ,T,,....,,,,,,It't, IEEE EFT EE '.4-4.11,3 STE• TATE ETTAL 4,4 1-3, PEE- .4.1 TEE.E E-11 KEYED NOTES: l• 1* - . ',v ,:a -;;;•1 tO •o••',o,It t'I i itt't, ET tY 4,3 i 1 .pt ., --- 1 EPSTET E E114ET — ... , ; i 1 SE., .1.11 _ TEE-I:EA 1E1E1 •31. 311',., 11:1.T1'1' - ----- ' / i PEr, • ., . EY I i • ,. .t. 1•11 Ei . i. ETV, - :::,, .I-AP • SEriE,-,: ,-;,.....,... ,,...H;;I E. -4'2' .."AttIVE ____- AVM- 47.4- .44E. ! .:ECEEIL Sr ( :- , 6 ,I S, ... .,' EIETTE13 ET 1E, E. __ ,E EN T,P EFEEET .. EE 1 . 3E3' 'El r c E341131 3. •1131 7,E TE E , .,....:.,.., .r,.f.:- _;;7';„-Er-• rf r* . ,-;E: E 1 • "EPS TEE E-E• E , 74331 213 _ t .E7T 811 Alt"r4I-I504,E1. Knowwhats below. CaM before CALL 2 BUSINESS DAYS IN YOU DIG, GRADE, OR EXCAVATE MARKING OF UNDERGROUND ET: - ,1"-E 1E 1 you cfog. ADVANCE BEFORE FOR THE MEMBER UTILITIES 11.17-E1 2+00 F -------E.E.., E• 2 ; cEi C. 3.1c +C.1,33,_ --,Ti — -- ss.. ,---‘. , ;... I i. --,, , . , , . - ') ' ' \ •,, 1. 7, , % NA `.: .. ., zi .-EE, , .. t „ t ' 4, .. . / . -; 4 ,.. .kII , r - , • tE: ED WE 2„, II 't •'''‘ ; 'I ' I'I t , „t , , , Et'' F. i --.. t... Is- , A --I - -I T• - % E, c , 4 .,.. - - - y- E 1•%. E - ETC"' - •E 4". - , ...- ,E 41 ' 2 E -2 ' . .f • .'S ' `,•< ' •• • , . • REUSE OF DRAWINGS ARAB SHALL RETAIN ALL COMMON LAW, STATUTORY COPYRIGHT AND OTHER RESERVED RIGHTS OF THESE DRAWINGS, AND THE SAME SHALL NOT BE 555550 WITHOUT J -U -SS PRIOR WRiTTEN CONSENT ANY REUSE WITHOUT WRITTEN CONSENT BY AUS HALL WE AT CLIENT'S SOLE RISK AND VATHOUT LIABILITY OR LEGAL EXPOSURE TO AU -8 1 I ! ii , , En • ; • IEII HORZ 0 20 40 YAKIMA AIR TERMINAL WEST GA APRON REHABILITATION PROJECT FTC NO 15-15-00-YKM/AIP 3-53-0089-042-2018 SEWER PLAN AND PROFILE VERT JIIIIIIIIIL____ 0 2 4 SCALE IN FEET • I-131',37. • + 41.-.1-1 47,ECE-T,E 3 4" EEE •11-1 i -- 31E-E„ • E EPEE: " • 3117,413'11 I II EEEEEE---,, EXI3EICET E.1"-- EE74:4, ,,... .....„.„ i. ,,„3. 1 ;4% 33,-- • , TT, 3 . E ET, 2' Att ",,,,,Eit ' / ;IEEE() 't 5,50 40170500-20't ' 4E CE'ET 4 E E."!*E' 7E-- I I E! ..; 113:41:' • 4 ' t-,' 0254-041 ORAINN BY DESIGN 11Y I„..t, i ft., 6 t 1E-4, TEEC; ' , • , Of AI RAL SIZE, If NO1 ONE INCH SCALE ACCOADINCILY L0S1 OA TEO Att,I2018 SHEETNUMBER C-207 « ,.. , « t,,-, ,„ + ARFF BUILDING NOTES AND REQUIREMENTS. 1 CONTRACTOR SHALL PREMARK PAVEMENT MARKING LAYOUT PRIOR TO PAINTING 2. CONTRACTOR SHALL PROTECT EXISTING MARKINGS 3 CONTRACTOR TO VERIFY EXISTING PAVEMENT MARKINGS PRIOR TO CONSTRUCTION AND COMPARE TO PROPOSED MARKINGS ANY DISCREPANCIES SHALL BE BROUGHT TO THE ATTENTION OF THE ENGINEER. 4 NORTHING AND EASTING CALL OUTS FOR MARKINGS ARE TO THE CENTER OF THE STRIPES OR CENTER OF RADII. 5 ALL MARKINGS ON EXISTING PAVEMENTS REQUIRE A 5 INCH BLACK OUTLINE WITHOUT REFLECTIVE BEADS, INCIDENTAL TO P-620. TERMINAL BUILDING 50 1 SCALE IN FEET 0 LANE ,.,E TEH '.E . -K •1 . 1F dI<: WILL iL it 's'U~, _ 4,0 -o. GPTPf 9EO <K :f'T OE1;iE . HE ',1 -HK N' •=Ii"tt' 811 M..BIN Wht% blow. Cal eeSe w as 1 (800) 849-2476 CALL 1 BUSINESS DAYS IN ADVANCE BEFORE NOV MO, °RADE, OR EXCAVATE FOR TRE MARKING OF ONDEROROUNO MEMBER UTILITIES J -U -B ENGINEERS, INC. 1- U J W UJ LL O CC LU W Z Ci) J J a cU H Q7 J < Q ZW cc CC Z W© CC CL Q < CI) • W FILC 7017.058 CO oz N Q C\JC j O L d-00 cZ_ O Lh Ct Qz Q >- O >- 9 < Lo 0 0 0 z _W Iii ~ 0 C.401 JUB PROJ.rt 3O'17'(0v DRAWN BY ijF DESIGN BY. ADD CHECKED BY MIN ONE INCH S2E tF NOT :N3E ALE ACCORDINGLY LAST UPDATED 6'122C18 SHEET NUMBER: C-401 Al .., 1 • • • • _,. N. • 1 —• 1 I -• ' : - " - I•.'''f ! • , . ! ' • : ;:-.:••., :, TIE -DOWN 2 SCA -NS —.1 .•—• **/ , 1••,11- 1 .,-.1". AC . In. •:1 ".!...R.,:'•-• :Ti.*C S'7"MMC - i 1-- _ — , - , . • il.., f:, -!i.:-!,-- ...2,- I- x R. -.0." fl. --.r,, 1 / , •••• • , :- !•-:, v.; i-• i17, •,...i.; ;/- • , _•-• ••- ;-. . , ••,, P "Pt;'-_: ':(_,IniC:R= 7-.M7;733... ,,•—••—•• • --, ' ,- •! 4 ,,, , .r, -.-: :7:::' ' v:...; .=•i 1 ," i „T_ __ - J -U -B ENGINEERS, INC. ti 1 — • J -U -B ENGINEERS, INC W 422 Riverside Ave. Suite 304 Spokane, WA 99201 Phone503.458.3727 Fa,•. 509.458.3752 www.juh.com . TYPICAL A3 Sc..ATE NI " S e , .--,-- TIE -DOWN LAYOUT 1-,. . i AIRCRAFT TIE -DOWN • • ; . / -- - - • ANCHOR rt.'•Ats il-- - -t, ; 'en . DEMOLITION _. •:;_f,,I. it t-1Ci SCALE.N T S. REUSE 1.2S, VMS YAKIMA AIR TERMINAL - McALLISTER FIELD ASO Irtr: 01,0F SY,AT,IS IIEPCIN AS AN INS r R.,11,1F.11 0, PROM:MOWN. ,EIROIS. IS 00 P,OFF ',TY .1:41:13 ENGINEERS, Inc.AN0 ucir To oE 0,Et. WEST GA APRON REHABILITATION PROJECT ssiCILS: PA0T roll ANY 010E0 17.00,0; 1 1,0000, rxenss WISI fel A10.0)017ATKIN 0, J:U-6 ENGINEERS. Int: • .... ......1,.ty.i+ .... PFC NO 15-15-00-YKM/AIP 3-53-00E39-042-2018 • •—• TIE -DOWN AND PAVEMENT DETAILS ._ ..., .............. . . 71757_ LJE.F7,F4w-ic.,.: _BY APR. DAM-._- Bi ; •-.3`3;'• ;._ ";!..)M -TP ;* „TM.' .M• :: i , i• :. ". ' ,:, !- - MI "•••i:. ,•:- iON ARFF B2 scAL,-, ,, . -. • "; • ("7 V' ' ; Mi. •: • • I ; - ..• l' kt *•.4, 1 • pok q SAWCUT DETAIL ..."-' SCAM -MI T 3 , --- -• .-- „ , IT' . / _ i f i _ 3 . ' TT..- OVERLAY PAVEMENT SCALE i, T S . , .. ..: .-. 1 , - ,,,, -,- SECTION '; --P•Ti..' - ' •M,T; — •tif . I- .,, . -• DRIVEWAY PAVEMENT SECTION T S 01 APRON PAVEMENT - .. . _ , , APRON .. .. — F 7 .,..0,.... i.. , 2 • !i-, i r,..:-. •-,-..:;• -, NI.; .--",.. tt-' ". - —,— ----- _ i; ... -, ),.N • . - I >.,- •" ;(- , ASPHALT MILLINGS SHOULDER 03 sCALE .• ----------: ' - La ' -m" . ...., SECTION *, - ), Ci• ....---. .1 r ' .• • 'a -- TA. T.. Li N; P 1 ----------"---- -T-- ....- t-,..., PAVEMENT TRANSITION DETAIL 02 SCALE N T .3 iNETEME 1,,,,,, ,t), I AL, ,5-.4 _ . • f, SHEET NUMBER C-501 ,,,-.Ii ,§•80 *-18 zgofi ri g g 555,22 5:512; 552 55.5222. 22E' S 255 • .3. . •,,, 5 -2 52.4 -2522 •,;225•2510 92, T.% ••!!!!!!" •!!!!!!!!„,*„." • ' •••!: •• .„. ;;!... • •!•••;!!!!.3.„ T.. !!!!! ! „. I• i! • . !! ,,,,i_ i ' r ' 52'25.5 22 252252.; 0222, , 25 505 2,225;;5552.2. 4:* yie.i, :.:'11.' ., 4' 5225 2.255' 2 52 .. 52 ; 30 52 _INES ARE 6' '23; ;II . 2,. . „25 5'. 5 5.our, L Ne F r• !!! I INE.-. *Pi A C o-2. 5 ;52,225225 Na. 22 -•• V C;2•522E5: I2255 255. •Iii • „!!! 261,.. Bi.,.....:!< R,.....s•or-R N-iFsr s,,E.,,,. i - . .. Al NON -MOVEMENT AREA MARKING 6'. E" PL.,Ci• 70,,,..f..E;• V5-IERE 5:1)- .:21; 5.5 5; ,• li; ; 2 2, r5 ' '5 .: 22 !I!! 9, !. ; . _ 522 222. ‘. I !!!! N;;EFTNI N11 , ANC 6 T.5. • *NH E,E 52255 i ,IE •:EA, • Y ...XNaN• ••;!ti!!!!!!„"UN.I! ....---- (JUB 1 1-U-8 ENGINEERS, INC. J -U -B ENGINEERS, INC. W. 422 Riverside Ave. Suite 304 Spokane, WA 99201 Phone: 509.456.3727 Fax: 509.458.3762 www,jub.corn , 25 *. i ;.-',:,-7 DAis o. • t A 11.,-7 . ,;<„ .• !!!'• •<• ••"` ! '. '• •' j#• 4•'07,1;i1. 4 ' 26 EL •!,..% - ... . i ,.. DED, IT iD: LIND: ',D• .vi C. - ...„ _ .0. , . ...... '--- TAXIWAY EDGE MARKING (DASHED) :, . „ ENHANCED TAXIWAY i CENTERLINE MARKING i SCALE: N.T.S. .._ A3 .'•-•-6ALE:14..f. —. i SCALE:Nts. REUSE g DRAM/NQS THIS DOCUMENT AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OF MU -13 ENGINEERS, Inv.AND IS NOT TO BE USED, IN MMOLE OR PART, FOR ANY OTHER PROJECT WITHOUT THE EXPRESS WRITTEN AUTHORIZATION OF MU -B ENGINEERS, nn, v 22,2. :22 6 532 ,4'"4' 8 0 KIE 0 -5 Si 55. (W5485 SPF 5:IVIED) '5, _ :- ,-, /2- 6 T i•V 0 5 '51.15CM LINE '1-27 - - ,” TAXIWAY EDGE B- ' 6' 26 DE DUAL YELLOW LINES 2655 / A f4-. SPACE BETWEE% 4. INEfi 1 ....... ...,,,, ................ ...8,„.s....., ,2;22;2;2225;02,2222,2o22ogm•m000222.000,,o5.222222,222'52;225;;;,22222•22,222222225225.2525522, r 4. '-«5' 521...AC 2' BORDER (WHERE SPE"11F;501 MARKING (SOLID) 2 553-25 ; 2.52Et22. S• 2222 1 4'75 21 „.. x Tel .• ; I ;z 55 22 :5 55H115 ,-:, ... _... 7 , VEHICLE ROADWAY MARKING _._ ' TAXIWAY CENTERLINE EDGE MARKING Bi YAKIMA AIR TERMINAL WEST GA APRON REHABILITATION PROJECT PFC NO.15-15-00-YKWAIP 3-53-0089-042-2018 MARKING DETAILS B3 .,...ALE:N..f.s. __.....„ .. .-kALE:1,1-i.E---- .. SCALE•N.T.S. D EDE; IDDI7 a., ,,Rre. . ........... 6" W, D i_ i YF 1 OW STRPE r- 18" WIDE - -• ... • .• C3 NOT USED HELICOPTER ' . POSITION MARKINGS ' C2 ' YELLOW • 30 0I5 ----* • , • PARKING N 60' DiA STRIP: - iT ' :•:1 E. • i•• A, • •K -.A.• — '''EST 71.-AALT LE A '1.7.- IE',...A' 1.-• ,-F.4- DDLD`D ' D.1.:1* 4,4 70• CACAO, 4 -Sul X ,AILI P110.1. A 30•11406 ORAwN irr 14 LIC1100 LIS ADD 01104411) 111 MI : : Dr , • -•-•• .r. . r, -.- , T.-, .. TSA SECURITY IDENTIFICATION --HL -..r.-..:.. DbEV:F. .., DISPLAY AREA (SDA ) MARKING LE -:: -le 1 T: -:E c • ,..,, 0140 140* Ai RA) SUE. if tto4 0440 INCH, SCALE ACCORDINGES EAST 1) *50)0 AAAA” 8 SHEET NUMBER: -502 , SCALE NT S. — ..4 , ...... ..........._ ........... SCALE: 0 IS !..4.1'.,'I' ,_ , SCALE N.T.S. • 1 :...4. I 2-4.4.i_-• ‘,.. , ---- -/- --' •10; t)li E • ' . / Et, ; E --- 4 nr T ,F.A.LAI- T s 4- I , \ I -I' 4' 4 2.: I 4-41- 44..,..4:.4 1-U-8 ENGINEERS, INC. J -U -B ENGINEERS, INC. W. 422 Riverside Ave. Suite 304 Spokane, WA 99201 Phone: 509.458.3727 Fax: 509.458.3762 www.jub.com l'.1 -I" r , TEE". ",- it_ ' L r AL I ,,,,-; ‘ .--E ,..`-‘--01, it,-IEt ,*',, -Ai-EA,- --I; ' I E, Et :FE -I I'i ,,. E."5-, \ ' :''',, .,, . - . ,.. , • -. \'., E "-i MT' V r.d: : r - ,-, , r -,.. --EL :I •". I-- E t --- .1 r El E E, ,i -,,, st-( ••-• s- T -E ' ,-, - Et ;I', It.1,1,- FEE", „ I ' t t1 - A-, • , ' THEE, i -i -E..., I E, - I t :1 1 E ) ---- ----\ / ' r 4 \.',. • , , , I T "E • -..- ' -- - • ' ''.--i-A-E, "HI, KEE" - ,E),-,..IftE 1 ", Tt.....FI ',-,E, I' 't LE; L r ,- ,-- „.ii,;.:1-• :. E --.' ,>.... ... i --,..._,,-- :-.., EIT •-, F r -- Et i r--- - -•-‘-•-•4--- -'; ../E ...E.. . 1 .' . t '• T EE -F t „ ., . /T ',FE:FP:I ....E,,E; i.. Tt ,. - , 7 › , / ,// „// , --,,--- .,' -114.-/T:'-' F :FE: ; - .1- 1 .., 1 -1 - , - - ..:•_•! F' 'LEE ., -. - •• .. , , -,-,•,,,m,4s, . • , 370,, "'s • -E-Tr''',,,,c,E''‘ . „.3.. ..--.. , .. .'' -Etv- • ..1 • - --T. --r” ,- • ' ., -0,--kn:4',eiik:,---,:r / T / v,-.• / / ./ ' /*/- -. • ' t '' 0";•-;;E,,,,,:i Et ....t TE, E ----. - JOIN DETAIL CONCRETE TO EXISTING CONCRETE E - • • - . - F - — -,E) , A , ,../ ' EEE'T-*A; -FE EVELE....-E, ---" 4.. '',1;',..' ..:.'1. .. - . VI' ....... E. I Er - '-EI i--; tE: ;I-, 11-1 ..HEET ',E; - I -F TRANSVERSE CONTRACTION JOINT Nc,ff. _ :„ -it:, El ,-, - T. -Et I I "TEE - Es. PFEEFE.- TE I'ETE "FAL LEE v •-• -E. - IELF-._.A. JOINT DETAIL - :.-ii- ' - 7.4 444 , •-4.., ::- - 4. 1 444 tr.. --", ,,,,, Al CONCRETE TO ASPHALT ,-i-._.:! , -1---1, ETA: EIT 'T r, ..,..-:- oi ET ir I," T FE ---E. E.. NOT TO SCALE NOT TO SCALE NOT TO SCALE IN EL IL Ai; I It I, R55559F.CTAwlNP.. THIS DOCUMENT, AND YEE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, 0155 55055511 01 JA -II ENGINEERS, Inn.AND IS NOT TO BE USED, W WHOLE OR PART, FOR ANY OILIER PROJECT IM01OUT ME EXPRESS WRITTEN AUTHORIZATION OF JAMI3 ENGINEERS, Inc. , :t41 , .8 ,E, . / r / '' 44 E'''''''' 1 ,'' ._ ...", i.. -1"E"..: -EA, Ors:I' •I't 1 NOTES: -.... - Ai.t ....1- --_. ,-,..E E -IE• t'EF, _II" E.. -0' " i -Et F •-,I ,t.i- -:„../ i - ..:f • F fr. ,IE, -,.,.. E -HE tiEVE, 'ELT__ ' . ),".--- 4,, EE 4 - t; '• _ , _Ft_ Itt -t f 1 I 1 1. I A I ,"„ •PLALF- - „ ll F -0-,- i...",,P:, ,-;!`!„ LP..'.';‘,A ,:-` ,11.• 1 !Sr .' !,E I HE EPO: ..- 4 -T. -S., ,..!,,, ' -TEE,- TOE t ----- -EH I-- 1 E ' , i,, , ,... 1 'EE E 'ETI, E. / ,-.E • \ , .;, r t \ , ,,, t --_,E ,, 4-..,) :, i., i " If TE'' , 'I 4; ._:_,I.P.L'....,: ' ; At .'- ,E.' ---,-- -,.., , ,,. _ T v E,'", ."1 , it ;t,t EE, ErojF . 0. Et; vAL 2E. Er; • 00 tE:1-, "E.,-, - Et 0,1 .-tE "I ET, -,: _I-4, •E,-, ,,,," EP, ' VE tEit "ATE; EE P "FENTIE.A.ETIO` EA• ' _AWL I vi,,,`......,E;, F. .7 ..,,i.. ;. .4. ' :.•:.' EA, .I.; ;,,F4 I I' ...4.4.41.-", JEEP -Er,' - E T ELE,,,,,,,FEI I- EE 'I EE. • 1 E.: X " , , , - T: I . YAKIMA AIR TERMINAL WEST GA APRON REHABILITATION PROJECT PFC NO 15-15-00-YKWAIP 3-53-0089-042-2018 CONCRETE DETAILS . EA., IT'EFEF :47 tE-4:7-IE:. -IE .7 .... -4- 'T -s. ..._._ v ' 1._ El,,,, I., _FEW ET ALEE fII-2,?•.•;;) ..%EEEFE,I,P),21.E*Er?,YE,E,r4EE;.„,,,,o, Irt?)tft, f* .-",.„,67'..t. •:.: ,...,,„.- -Fi DOWELED CONSTRUCTION 0 • --EE / . ,, , , - E.,./.\\- , /, /1 ,/ .- E - 0E Tr R & TIED LONGITUDINAL, JOINT E :: `FOLTEE ' TPIFT_ FVEEE: TYPICAL SLAB LAYOUT DETAIL iT ":* f NOT TO SCALE I' IE -IT. k j NOT TO SCALE NOT USED 0. , I ; t ,. I :.'' I , • t ' LONGITUDINAL JOINT 1 :. - I_ • t....-- f-• , / Z ' . ..:-.. co ,.... -- 1 • E EA-EtE,....1” ce , NOTES - __L 1 -.E. -At i t• -E":„I ; • -- -FE EEHEEE L'ii Cf)i z F.,. < cc - - r..: •-;[:- :-, i '. 7 . C**.4:" ,.. Ei, ' - T- -,0,,E; ;El,- 1- I4.. 4...4 t '44. 4.4-.3I4 FEE it"FIT... T. .tEsi E. ttEEE ER, F-, - _.......,„! • !, ---,...._e. -• .,.-ifi' —1- EL .., 1 • _ -::, , - • ,_, —3— , t " I _1 FILE 714 704444140114 JU10male 70 4744414 DRAWN NT 7IF DESIGN BE ADO CHECNED NT ?DI ONE INCH 04 (110 SIZE, t5 NOT ONE INCIE SCA4C ACCORDING; N I AST UPDATED EA awls 4 .. i JOINT LAYOUT AND DOWELMEBAR SPACING SHEET NUMBER: -503 NOT TO SCALE (D NOT TO SCALE - Mot 0141,9,, .12011i 7 AM PIMed By Ct.77. $.1b 000.1,.10.7,2307.! RAS519•001.00,0WGW7 E .CMG 0 0 0 DJ m m YAKIMA AIR TERMINAL - McALLISTER FIELD WEST GA APRON REHABILITATION PROJECT REUSE OF DRAWINGS THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, 0 THE PROPERTY OF J•DG ENGINEERS, Inc.AND 0 NOT TO BE USED, IN VWIOLE OR PART FOR ANY OTHER PROJECT WITHOUT THE EXPRESS WRITTEN AUTHORIZATION OF .1.U.S1 ENGINEERS. Inc. PRELIMINARY PLANS PFC NO. 15-15-00-YKM/AIP 3-53-0089-042-2018 ELECTRICAL SITE PLAN REVISION DESCRIPTION 80 APR DATE NOT FOR CONSTRUCTION ELCON ASSOCIATES, INC ENGINEERS CONSULTANTS 16300 CHRISTENSEN ROAD, SUITE 330 SEATTLE, WASHINGTON 98188 TEL (206) 243-5022 vmv.elcon.com -28' AFC PROVIDE NEW LUMINAIRE WITH TENDON ADAPTER AS REQUIRED. SEE El PLAN FOR AIMING ALIGNMENT AND SCHEDULE ON THIS SHEET FOR TILT COORDINATE WITH ENGINEER AND OWNER FOR NIGHTTIME OPERATING INSPECTION AND AIMING ADJUSTMENT POLE -LITE TAPERED ALUMINUM SEE IMAGE 2 FOR CONTINUATION. IMAGE—RAMP LIGHT SCALE. NTS 200W HP 120V REMOVE SUPPORT ARM AND FIXTURE. PROVIDE COVER PLATES FOR POLE. REUSE OR REPLACE WIRING IN POLE. E1 LIGHTING FIXTURE SCHEDULE TYPE DESCRIPTION MIN. LUMINAIRE LUMENS VOLTS WATTS/FIXTURE LED COLOR MOUNTING HEIGHT TILT USLED ADJUSTABLE MEDIUM DISTRIBUTION LED FLOODLIGHT, 70 CRI, 3/16" MINIMUM CAST ALUMINUM HOUSING, POWDER COAT FINISH, 40T AMBIENT RATING, REMOTE DRIVER, IP65 RATED, UL LISTED FOR WET LOCATIONS WITH INTERNAL GLARE LOUVERS. REMOTE DRIVER - CAROLINA HIGH MAST RDE600W-I-A-A-I-C-PM-F1, 120V, GRAY POWDER COAT, POLE MOUNT, NEMA 4X COMPATIBLE. 21,300 120 207 4000 POLE TOP 28'-0" 70' ABOVE HORIZONTAL CODE ANALYSIS REPLACEMENT FIXTURES DIRECTLY SUPPORT FEDERALLY AUTHORIZED AVIATION ACTIVITIES AND ARE THUS EXEMPT FROM STATE AND LOCAL ENERGY CODE REQUIREMENTS. CHAPTER 51-11C WAC (2015 WASHINGTON STATE NON-RESIDENTIAL ENERGY CODE): C405.2.7 1 REQUIRES PHOTOCELL CONTROLLED LIGHTING - 11H15 IS PROVIDED IN THE DESIGN. C405.2.7 3. REQUIRES DIMMING VIA OCCUPANCY SENSOR OR TIMECLOCR - THIS 15 NOT PROVIDED IN THE DESIGN SINCE RAMP AREA IS AVAILABLE FOR USE 24/7 AND AVAILABLE OCCUPANCY SENSOR TECHNOLOGY DOESN'T ALLOW FULL COVERAGE OF THE ILLUMINATED AREA FROM THE POLE LOCATION. LOAD CALCULATION 2 HPS 200W EA 480 W 2 LED RAMP LIGHTS 414 W NET DECREASE 66 W REMOTE DRIVER ATTACHED TO POLE W/THREADED INSERT/GROMMETS IMAGE—POLE BASE SCALE. NTS 2 E2 Z 0 cc1- U O� H- cc 0~ Zz z 0 U c z 0 6/12/2018 FILE. P_E2 JUB PHOJ.' UHAWN BY' ARV DESIGN BY BCH CHECKED BY HAS co 0 N N 0 O 6u) co Li, O W C'7 a� 0 - �Z YQ of J O Q ONE INCH 1 AE FULL &ZS IF NOT ONE INCH. SCAT F ACCORDING: Y AS IIKEA FEB i.t2ttO 0 SHEET NUMBER: E2 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT 1 Item No. 6.H. For Meeting of: August 6, 2018 ITEM TITLE: Resolution authorizing the execution of an agreement with Granite Construction to rehabilitate the West General Aviation apron at the Yakima Air Terminal -McAllister Field SUBMITTED BY: Robert K. Peterson, Airport Director, 509-575-6149 SUMMARY EXPLANATION: The West General Aviation Apron was constructed in 1984 and is located adjacent to the main terminal building where a variety of aircraft and airline charters utilize the apron as a parking location upon their arrival into Yakima. Granite Construction will rehabilitate approximately 25,000 square yards of asphalt pavement, associated drainage, aircraft tie -downs, pavement markings and apron lighting in order to increase safety measures for commercial, corporate, and General Aviation aircraft that operate at the Yakima Air Terminal -McAllister Field. Total cost not to exceed $1,573,683.52. Funding Sources: 90% Federal Aviation Administration Grant 10% Passenger Facility Charge (local match) 0% City of Yakima general fund ITEM BUDGETED: STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL: Yes Public Safety STAFF RECOMMENDATION: Adopt Resolution BOARD/COMMITTEE RECOMMENDATION: N/A 2 ATTACHM E NT S : Description Upload Date Type O Resdutin 7/17/2018 Resolution O Recommendation to Award YKM 7/17/2018 Backup Material O Recommendation toAward JUB 7/17/2018 Backup Material O Draft Contract Form 7/23/2018 tract 4 2406 W. Washington Ave, Suite B Yakima, Washington 98903 (509) 575-6149 (509) 575-6185 FAX Monday, July 16, 2018 Mary Vargas Program Manager Seattle Airports District Office Federal Aviation Administration 2200 S 216th Street, Suite 1W-420 Des Moines, WA 98198 RE: YAKIMA AIR TERMINAL-MCALLISTER FIELD WEST GENERAL AVIATION APRON REHABILITATION PROJECT A.I.P. NO.: 3-53-0089-42 RECOMMENDATION OF AWARD Dear Ms. Vargas: The purpose of this letter is to provide the Federal Aviation Administration (FAA) with supporting documentation in relation to the West General Aviation Rehabilitation project bidding process. Enclosed you will find a recommendation letter from JUB Engineers, Inc., and bid summary of the three bids received on July 13, 2018, and supporting documentation to illustrate the lowest responsive and responsible bidder. Upon careful review of all bids and the associated costs, the Yakima Airport concurs with JUB's recommendation letter to award Granite Construction for rehabilitation of the West General Aviation Apron. We feel Granite Construction is the lowest responsive and responsible bidder satisfying the City of Yakima's bid award requirements. If the FAA concurs with this recommendation, please provide an approval letter. Upon receiving the FAA's approval the City Manager will sign the bid summary sheet and execute a contract to initiate work. In the event you have any questions regarding either recommendation please feel free to contact myself or Tim Ike at your earliest convenience. Sincerely, Robert K. Peterson Airport Director Yakima Air Terminal -McAllister Field Cc: Tim Ike, Project Engineer, JUB Kris Yalovich, Yakima Air Terminal -McAllister Field File \\yakima_city\ykat\Users\rpeterso\2018 West GA Apron B .1.1.141 ENGINEERS, INC. July 13, 2018 Robert K. Peterson, Airport Director Yakima Air Terminal 2406 W. Washington Ave. Suite B Yakima, WA 98903 RE: CITY OF YAKIMA — YAKIMA AIR TERMINAL WEST GA APRON REHABILITATION PROJECT AIP 3'53-0089'042-2018 Dear Rob: J-u'acomxxw/o LANOOON GROUP 5 OATEWAV On Friday, July 13, 2018 three (3) eligible bids were received and opened for the above referenced project. A price analysis comparing the bid and bid items of the low bidder against the Engineers Bid Totals Base Bid Schedule 1 Additive Bid Schedule A Grand Total Engineers Estimate $281,593.21 $1 700 030.29 Granite Construction $1,573,683.52 * All amounts include 8.2% sales tax. (If applicable) $408,357.62 Columbia Asphalt $459,557.8 $2,134,630.73 Selland Construction $1,757,990.32 $499,591.86 Based on the results of the eligible bids receivedand the price analysis it is our recommendation that the City of Yakima award the Base Bid Schedule 1 for the above-mentioned project to Granite Construction in the amount of $1,573,683.52. This recommendation is conditional upon the Owner having sufficient funding for the project. With your concurrence, we will prepare the necessary award documents. Sincerely, J -U -B ENGINEERS, INC. Timothy D. Ike, P.E. Project Manager Bid Abstract Tabulation (1) Kerry Albin —J -UB ENGINEERS, Inc. 70-17-050/L- Award recommendation a ossvxRiverside, Suite »o« Spokane, WA 99201 p 50e-45*3727 w www.jub.com 6 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM BIDDERS LIST (To be submitted prior to Notice of Award) All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Describe Type Work Firm Performs Certific DBE Yes of No Note: This form is not necessary if the recipient establishes a bidders list using another methodology (e.g., statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan. *GRS —Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million. good faith effort 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-32 7 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM CERTIFICATION OF COMPLIANCE WITH WASHINGTON STATE WAGE STATUTES The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, that the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder Name Signature of Authorized Official* Printed Name Title Date Check One: Individual ❑ Partnership ❑ Joint Venture ❑ Corporation ❑ State of Incorporation, or if not a corporation, State where business entity was formed: If a co -partnership, give firm name under which business is transacted: * If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co -partnership, proposal must be executed by a partner. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-33 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM NOTICE OF AWARD To: Dated: PROJECT DESCRIPTION: West GA Apron Rehabilitation Project 8 The OWNER has considered the Bid submitted by you for the above-described Work in response to its Invitation for Bid dated , and Information for Bidders. You are hereby notified that your Base Bid has been accepted for items in the amount of ($ You are required by the Information for Bidders to fully execute the Agreement and furnish the required CONTRACTOR'S Performance Bond, Payment Bond and Certificates of Insurance within fifteen (15) calendar days from the date of this Notice to you, which is by If you fail to execute said Agreement and to furnish said Bonds within fifteen (15) calendar days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of , 2018 OWNER By: Signature Title: ACCEPTANCE OF NOTICE OF AWARD Receipt of the NOTICE OF AWARD is hereby acknowledged by Contractors Name, this day of ,2018 CONTRACTOR By: Signature Title: 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-34 9 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance. The CONTRACTOR or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONTRACTOR shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the CONTRACTOR to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment. The prime CONTRACTOR agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime contractor receives from the recipient. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the recipient. This clause applies to both DBE and non -DBE subcontractors. Documentation. The following documentation shall be submitted as directed below: • Bidders List (Form in Section 1B Sample Forms — Submit prior to Notice of Award • DBE Utilization Form - Submit prior to Notice of Award • Letter of Intent for DBE Participation — Submit prior to Notice of Award The owner has a DBE Race Neutral Goal in compliance with 49 CRF Part 26 Program. The CONTRACTOR is directed to provide their Intent For DBE Participation. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-35 10 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): The bidder/offeror is committed to a minimum of % DBE utilization on this contract. The bidder/offeror (if unable to meet the DBE goal of _%) is committed to a minimum of _% DBE utilization on this contract and should submit documentation demonstrating good faith efforts. Name of bidder/offeror's firm: State Registration No. By 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-36 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM LETTER OF INTENT FOR DBE PARTICIPATION (TO BE SUBMITTED PRIOR TO NOTICE OF AWARD) Name of Bidder's Firm: 11 Address: City: State: Zip: Phone Number: Name of DBE Firm: Address: City: State: Zip: Phone Number: State Certification Number: Description of work to be performed by DBE firm: Bidder intends to utilize the above-named Disadvantaged firm for the work described above. The estimated amount of work is valued at $ . If the above-named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. Name of DBE Firm: Address: City: State: Zip: Phone Number: State Certification Number: Description of work to be performed by DBE firm: Bidder intends to utilize the above-named Disadvantaged firm for the work described above. The estimated amount of work is valued at $ . If the above-named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. NOTE: Use additional sheets if needed. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-37 12 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM CONTRACT FORM THIS AGREEMENT, made the day of , 20_, by and between, hereinafter called the "CONTRACTOR," and the hereinafter called the "OWNER'. WITNESSETH: That the CONTRACTOR and the OWNER, for the consideration hereinafter named, agree as follows: ARTICLE 1: SCOPE OF WORK: The CONTRACTOR shall furnish all labor, tools, materials, equipment and supplies required for the in accordance with the Contract Documents, plans and specifications for AIP No. . The approximate quantities of work are shown in the Bid Proposal bound in this document. ARTICLE 2: TIME OF COMPLETION: The work to be performed under this Contract shall be commenced on the date specified in the Notice to Proceed, and shall be completed within (Working/Calendar Days). The CONTRACTOR agrees to pay, as liquidated damages, the following sums: ($ ) for each consecutive orking/Calendar) day thereafter, the work remains uncompleted. The time for completion shall include the time necessary to order and procure materials. The CONTRACTOR may not begin actual field installation of work until he can demonstrate that all materials are available and weather conditions will allow completion of any work such as pavement repairs. The intent is to reduce the impact to airport operations and field engineering time. The CONTRACTOR shall present a project schedule prior to field installations, to ensure progressive completion. ARTICLE 3: THE CONTRACT SUM: The OWNER shall pay the CONTRACTOR for the performance of the Contract, subject to additions and deductions provided therein, in current funds an amount equal to the estimated total bid, including tax, as provided in the Bid Schedule of Items and Prices, as follows: ($ ) ARTICLE 4: PARTIAL PAYMENT: The OWNER will make payment on account to the CONTRACTOR as provided therein, as follows: Within 30 calendar days of the end of the previous month in which work was completed, One Hundred percent (100%) of the value, based on the contract price, of labor incorporated in the work as estimated by the ENGINEER, less the aggregate of previous payments, will be due the CONTRACTOR. [Partial payments to the Contractor will not be made until approved Intent to Pay Prevailing wages have been filed and approved. — Washington Only] Partial Payments will not be made if there are any outstanding Certified Payrolls or No Work Performed Notices (NWP). Payrolls and NWP are required to be submitted to the Engineer within 10 days of Payroll. Affidavits ARTICLE 5: ACCEPTANCE AND FINAL PAYMENT: Upon due notice from the CONTRACTOR of presumptive completion of the entire project, the ENGINEER and OWNER will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The ENGINEER shall notify the CONTRACTOR in writing of physical or substantial completion as of the date of the final inspection. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-38 13 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM CONTRACT FORM (Continued) Prior to Project Acceptance and preparation of necessary State Notices, the CONTRACTOR shall submit evidence, satisfactory to the ENGINEER, that all Intents and Affidavits, payrolls, material bills, taxes and other indebtedness connected with the work have been submitted, filed and/or paid. The entire balance found to be due the CONTRACTOR, including the retained percentage shall be paid to the CONTRACTOR within thirty (30) days after all Washington State Clearances have been received by the Owner or the date of acceptance by the OWNER. The making and acceptance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing after final payment, or from requirements of the specifications, and of all claims by the CONTRACTOR, except those previously made and still unsettled. If, after the work has been substantially completed, full completion thereof is materially delayed through no fault of the CONTRACTOR, and the ENGINEER so confirms, the OWNER shall, upon a verification of the ENGINEER, and without terminating the contract, make full payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing partial acceptance, except that it shall not constitute a waiver of claims. ARTICLE 6: THE CONTRACT DOCUMENTS: The Invitation for Bid, Information for Bidders, Bid Proposal, FAA General Provisions, Federal Contract Clauses, Specifications for Construction, Additional Special Provisions, Appendices, and Plans, together with this Agreement, form the Contract, and they are as fully a part thereof and hereof as if hereto attached or herein repeated. All workers shall be paid the higher of the State or Federal Prevailing Wage Rate. The CONTRACTOR and all subcontractors will submit Intent to Pay Prevailing Wages and an Affidavit of Wages Paid, at appropriate times. The Federal Wage Determination(s) and the State Prevailing Wage Rates are included with this contract in Sections 5 and 6. It is the responsibility of the CONTRACTOR and all subcontractors to verify and ascertain that all worker classifications required for this project are included in Federal and State Wage rates prior to bid. The Contractor further agrees that they will notify the Engineer immediately of any missing classifications. The Contractor is responsible for any additional wages as the result of any Wage Conformance undertaken. ARTICLE 7: FEDERAL CONTRACT CLAUSES: The CONTRACTOR agrees by signing this contract, to certify and comply with all Federal regulations, clauses and certifications stipulated within these contract documents. 49 CFR Part 26 provides that each contract the OWNER enters into with a CONTRACTOR (and each subcontract the contractor signs with a subcontractor) shall include the following assurance: "The CONTRACTOR and its subcontractors shall not discriminate on the basis of race color, national origin, or sex in the performance of this contract. The CONTRACTOR shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Department of Transportation (DOT) assisted contracts. Failure by the CONTRACTOR to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate" ARTICLE 8: QUANTITIES AND ADDITIONAL WORK: The OWNER reserves the right to increase or decrease any quantities shown in the Bid Schedule, and the CONTRACTOR agrees to perform additional work at the unit price bid for all increases, or deduct for any decreases in the unit price bid. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-39 14 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM CONTRACT FORM (Continued) IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR OWNER 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-40 15 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of CONTRACTOR) (Address of CONTRACTOR) , hereinafter called (Individual, Partnership, or Corporation) Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto the hereinafter called the OWNER, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the principal entered into a certain Agreement with the OWNER, dated the day of , 20_ a copy of which is bound herein attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertaking, covenants, terms, conditions, and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one (1) year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages that it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense that the OWNER may incur in making good any default, this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-41 16 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM PERFORMANCE BOND (Continued) PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in three (3) parts, each of which shall be deemed an original, this day of , 20_ Contractor ATTEST: Principal (Principal) Secretary By: Signature Street or P.O. Box (SEAL) City, State and Zip Code Witness as to Principal Street or P.O. Box City, State and Zip Code ATTEST: Surety (Surety) Secretary By: Signature Street or P.O. Box (SEAL) City, State and Zip Code Witness as to Surety Street or P.O. Box City, State and Zip Code NOTE: 1. Date of Payment Bond must not be prior to the date of the Agreement. (If the CONTRACTOR is a Partnership, all partners should execute the Bond.) 2. The Rate of premium of the Bond shall be stated together with the total amount of the premium charged. 3. The current power of attorney of the person who signs for any surety company shall be attached to the bond. Bond Premium $ 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-42 17 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of CONTRACTOR) (Address of CONTRACTOR) , hereinafter called (Individual, Partnership, or Corporation) Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto the hereinafter called the OWNER, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. This bond is executed in pursuance of Chapter 39.08, Revised Code of Washington. THE CONDITION OF THIS OBLIGATION is such that whereas, the principal entered into a certain Agreement with the OWNER, dated the _day of , 20_ a copy of which is bound herein and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation to this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. PROVIDED FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-43 18 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM PAYMENT BOND (Continued) IN WITNESS WHEREOF, this instrument is executed in three (3) parts, each of which shall be deemed an original, this the day of , 20_ Contractor ATTEST: Principal (Principal) Secretary By: Signature Street or P.O. Box (SEAL) City, State and Zip Code Witness as to Principal Street or P.O. Box City, State and Zip Code ATTEST: Surety (Surety) Secretary By: Signature Street or P.O. Box (SEAL) City, State and Zip Code Witness as to Surety Street or P.O. Box City, State and Zip Code NOTES: 1. Date of Payment Bond must not be prior to the date of the Agreement. (If the CONTRACTOR is a Partnership, all partners should execute the Bond.) 2. The Rate of premium of the Bond shall be stated together with the total amount of the premium charged. 3. The current power of attorney of the person who signs for any surety company shall be attached to the bond. Bond Premium $ 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-44 CITY OF YAKIMA YAKIMA AIR TERMINAL — MCALLISTER FIELD West GA Apron Rehabilitation Project AIP #3-53-0089-42 PFC # 15-15-C-00-YKM NOTICE TO PROCEED To: Date: CONTRACTOR 19 You are hereby notified that the Contract Time for construction of the above Project will commence to run on the day of , 20_. On that date, you are to start performing the Work and your other obligations under the Contract Documents. The date of Substantial Completion shall be no later than Date OWNER By: Signature Name: Title: ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by Contractors Name this day of , 20_ CONTRACTOR By: Signature Name: Title: 70-17-050 / Yakima Air Terminal - McAllister Field J -U -B Master Revision Date 04-26-17 Page 1-45 U.S.DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AIRPORT IMPROVEMENT PROGRAM CONTRACT CHANGE ORDER NO. 1 or SUPPLEMENT AGREEMENT NO. AIRPORT Yakima Air Terminal— McAllister Field (YKM) DATE. November 22, 2019 AIP PROJECT NO 3-53-0089-042-2018 CONTRACTOR Granite Construction Company You are requested to perform the following described work upon receipt of an approved copy of this document or as directed by the Engineer Item No Description Unit Unit Price Quantity Amount P-401- Bituminous Surface Course TON $ 110 00 -855.88 $ (94,146.80) 8.1.1 CO 1 1 Bituminous Leveling Course TON $ 110 00 855 88 $ 94,146 80 T-904-5 1 Sodding SY $ 45.00 -223 $ (10,035 00) CO 1.2 Landscape Rock SY $ 45 00 223 $ 10,035 00 CO 1 3-1 Micro Milling LS $ 12,992.00 1 $ 12,992.00 CO 1.3-2 Diamond Grinding LS $ 3,248 00 1 $ 3,248 00 CO 1.3-3 Seal Coat SF $ 1.25 1005 $ 1,256 25 CO 1 3-4 Pavement Markings SF $ 5 50 90 $ 495 00 ' CO 1.3-4 Sweeping DY $ 792.00 2 $ 1,584 00 P-501 Portland Cement Conc. Pavement SY $ 124.00 -157 86492 $ (19,575.25) (Plain, 6" Depth) Change Order Subtotal $ - Sales Tax @ 8.2% $ - This Change Order Total $ - Previous Change Order(s)Total $ _ Original Contract Amount $ 1,573,683.52 Revised Contract Total $ 1,573,683 52 70-18-023/FAA Change No. 1 YKM West GA Rev5 Page 1 of 5 U.S.DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION The time provided for completion in the contract is changed by 0 working days. This document shall become an amendment to the contract and all provisions of the contract will apply Changes are shown on Drawing(s) No. N/A. Recommended by / 2 %' /L///, , J-U-B Ineers,Inc.(Engineer) Date Approved by: Mi �Z ity City of Y ' a(Owner) Date 12/11/2019 Accepted by: ' Granite Construction Company(Contractor) Date Concurred by Digitally signed OakihRTTAtftAS Date Reason:APPROVED-Subject to availability of federal funds Approved by Date•2019.12.11 11.58.46-08'00' Federal Aviation Administration Date NOTE. Change Orders and Supplemental Agreements require FM approval prior to construction; otherwise no Federal participation can be granted. State Aeronautics concurrence is required when state participation is anticipated. CITY CONTRACT NO: U RESOLUTION NO: 70-18-023/FAA Change No.1 YKM West GA Rev5 Page 2 of 5 Page 2 of 2 Pages AIP PROJECT NO: 3-53-0089-042-2018 CHANGE ORDER NO ' 1 AIRPORT. Yakima Air Terminal—McAllister Field (YKM) LOCATION. City of Yakima,WA JUSTIFICATION FOR CHANGE Brief description of the proposed contract change(s) and location(s) respect to runway centerline stationing. Bituminous Leveling Course: This item includes placing a 3/4"thick lift of Bituminous Leveling Course over the West GA Apron, Phase 2 area. The GA Apron is located just west of the Portland cement concrete terminal apron. The bituminous leveling course was placed in lieu of an equivalent(+/-) quantity of bituminous surface course. Landscape Rock: This item includes replacing the bid item for sod in the area just south of the airport administrative office. This area is located just west of the ARFF station. Micro Milling/Diamond Grinding Asphalt This item includes grinding a 45'x33.5'area of asphalt directly south of the ARFF building. The grinding depths will be up to 3/4". The grinding area will receive an application of seal coat(per FAA P-608), and all markings removed by grinding will be repainted. 2. Reason(s)for the change(s) (Continue on reverse if necessary). Bituminous Leveling Course: The original work item included milling the surface of the apron prior to overlaying the existing pavement. The plans showed transition milling from a 3 inch depth to a %"depth throughout the phase 2 project area, see sheet C-100 and C-101. The milling operation exposed the top of the existing base course around the perimeter of the phase 2 project area where the existing asphalt thickness was 3". The milling also exposed areas previously overlayed that showed signs of delamination. The delaminated material was loose and needed to be removed. The leveling course will provide a smooth and stable surface on which to place the fabric prior to the overlay. The specified fabric is not suitable to be placed directly on top of base course. Landscape Rock: The landscape rock will provide an improved barrier between the existing grass and the chain link fence just south of the office. The airport continues to have issues with moles pushing soil onto the apron. The landscape rock will help prevent this from happening and will provide a buffer between the existing grass and fence, thus reducing potential safety issues caused by wildlife. Micro Milling/Diamond Grinding Asphalt The interface between the taxiway shoulder pavement and the West GA Apron has a 20x50 low spot that is holding approximately%"of water.A majority of the water slowly dissipates, however, there remains an area of standing water. 70-18-023/FAA Change No. 1 YKM West GA Rev5 Page 3 of 5 3 Justifications for unit prices or total cost. The Owner and Engineer discussed the cost submitted by the contractor for the work described herein. We have also prepared an independent cost analysis included below. Leveling Course: Mobilization, Insurance, Bonds, etc.:$20,000 Material Cost: Leveling Course Asphalt(P-401, 75 Blow Marshall, PG 70-28) =$70/Ton Tack Coat=$3,000 Sub-Total=$66,000 Equipment Paver =$200/hr Breakdown Roller =$125/hr Vibratory Roller =$125/hr Finish Roller =$125/hr Asphalt Delivery Trucks=$150/hr Tack Truck =$125/hr Sub-Total=$850 x 10=$8,500 Labor Screed Operator =$75/hr Paving Foreman =$75/hr Laborers(4) _$30/hr Roller Operator(3) =$40/hr Truck Drivers(6) =$35/hr Sub-Total=$7,200 Total of 900 Tons The Leveling Course work to be completed in one day(12 hours) Total=$101,700 Landscape Rock Mobilization, Insurance, Bonds=$1,500 Material cost=$30/SY Delivery via Truck=$30/trip, estimated 20 trips Labor: 2 drivers at 8 hours each, $40/hour Total=$9,430 Micro Milling/Diamond Grinding, Seal Coat, and Markings Mobilization, Insurance, Bonds =$10,000 Equipment(including operator): Diamond Grinder = 8 hours @$350/hr Micro Miller =4 hours @$350/hr Sweeper =8 hours @$200/hr Seal Coat Material and Labor Cost= 1,005 SF @$1.30/SF Markings Material and Labor Cost=90 SF @$1.50/SF Labor:4 workers at 8 hours each, $40/hour Total=$18,521.50 70-18-023/FAA Change No. 1 YKM West GA RevS Page 4 of 5 t I 4 The sponsor's share of this cost is available from Passenger Facility Charge(PFC)at 10% 90%from FAA 5. If this is a supplemental agreement involving more than $2,000, is the cost estimate based on the latest wage rate decision? Yes_ No_Not Applicable X. 6 Has consent of surety been obtained? Yes_ Not Necessary X 7 Will this change affect the insurance coverage? Yes_ No X 8 If yes, will the policies be extended? Yes_ No_ Not Applicable X . 9 Has this(Change Order) (Supplemental Agreement) been discussed with FAA officials? Yes X No When 6/12/19 via phone call With Whom Mary Vargas Comments: Submit 4 copies to FAA. li 70-18-023/FAA Change No. 1 YKM West GA Rev5 Page 5 of 5